Brand Name - Supervisory Control And Data Acquisition (SCADA) system
ID: W912EP25X161XType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Jacksonville District, is seeking information from industry regarding a brand name requirement for a Supervisory Control and Data Acquisition (SCADA) system as part of the Central Everglades Planning Project (CEPP) Contract 11C, which involves the construction of a seepage pump station in Palm Beach County, Florida. The procurement aims to ensure that the SCADA system integrates seamlessly with existing infrastructure to manage water flow and enhance flood protection, particularly during severe weather events, thereby supporting ecological restoration efforts in the Everglades. Interested vendors must submit capability statements and brochures by May 2, 2025, at 2:00 PM EST, to Chad Manson at chad.d.manson@usace.army.mil and Anelis Nazario Castillo at anelis.i.nazario-castillo@usace.army.mil, as this is a market survey and not a solicitation for offers.

    Files
    Title
    Posted
    The Sources Sought Synopsis W912EP25X161X outlines the U.S. Army Corps of Engineers' intent to include a brand name Supervisory Control and Data Acquisition (SCADA) system in the construction of the EAA A-2 Reservoir Seepage Pump Station S-636 in Palm Beach County, Florida. This project is part of the Central Everglades Planning Project (CEPP) aimed at ecological restoration and includes significant construction work. The government seeks industry feedback for preliminary planning, emphasizing that this is not a solicitation for contracts. The SCADA system is crucial for remote operation of flood control structures, significantly impacting flood management and public safety during storm events. The document details project specifications, cost estimations, and maintenance considerations. It outlines the necessity of standardized components to ensure reliability, reduce training costs, and eliminate downtime. Responses from the industry are invited to assess alternative systems or confirm the need for the branded system. Submissions must include firm capabilities, bonding information, and technical inquiries, with a deadline for responses set for April 28, 2025. This notice reflects the government’s strategic approach to ensure optimal design and performance in critical infrastructure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SCADA Aveva Edge software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    USIBWC SCADA Lifecycle Support
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (USIBWC) is seeking a contractor to provide comprehensive lifecycle support for the Supervisory Control and Data Acquisition (SCADA) system at the Nogales International Wastewater Treatment Plant in Arizona. The contractor will be responsible for maintaining, securing, and enhancing the SCADA system, which is critical for wastewater treatment operations, including system maintenance, software patching, and cybersecurity compliance with federal standards such as NIST and FISMA. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specific qualifications, including Ignition Gold certification and relevant SCADA experience. Proposals are due by 10:00 AM MST on January 9, 2026, and interested vendors must contact Suzette Smith at suzette.smith@ibwc.gov for access to the submission portal.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    Sources Sought for SCADA Programming NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is conducting market research for SCADA programming services to integrate new relay equipment into an existing Open Systems International (OSI) SCADA software system. The procurement aims to identify potential sources capable of providing programming labor that meets the performance standards of the current OSI system, including updating graphics to reflect the new relay integration. Interested parties are invited to submit technical data and specifications demonstrating compatibility with the existing system by December 22, 2025, at 2:00 p.m. Hawaii Standard Time. Responses should be directed to Mr. Tyler Moon at tyler.r.moon.civ@us.navy.mil or Ms. Ku’ulei Kamikawa at kuulei.m.kamikawa.civ@us.navy.mil.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    St. Lucie South Jetty Rehabilitation Interagency, Martin County, Florida
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking industry input for the rehabilitation of the seaward 400 feet of the St. Lucie South Jetty located in Martin County, Florida. This Request for Information (RFI) aims to gather insights on capabilities, methodologies, and technologies necessary for the repair and stabilization of the jetty, which has suffered significant degradation threatening the stability of the inlet and surrounding areas. The project is critical for maintaining navigability and ensuring the structural integrity of the jetty, which serves as a vital access point to the Atlantic Ocean. Responses to this RFI are due by 5:00 PM EST on January 2, 2026, and an industry conference call will be held on January 6, 2026, for further discussion. Interested parties can contact Nicole Batista-Cruz at Nicole.M.Batista-Cruz@usace.army.mil or Ruth C. Rodriguez at Ruth.C.Rodriguez@usace.army.mil for more information.
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the potential use of Project Labor Agreements (PLAs) for the 9 Mile Pump Station project in St. Clair Shores, Michigan. The objective is to gather comments from the construction community regarding the feasibility of PLAs and to assess the local labor market's recent construction history, as the project involves constructing a high-capacity stormwater pump station with an estimated cost between $25 million and $50 million. PLAs are significant for large-scale federal construction projects, as they establish employment terms and conditions, promoting efficiency in procurement. Interested parties should direct their comments and inquiries to Michelle Barr or Lisa May via email, with the anticipated solicitation expected in summer 2026 and a project duration of over 18 months.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.