Notice of Intent to Solicit from a Single Source: CJD Exciter Parts
ID: W912DW25Q1717Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY CORPS OF ENGINEERS

NAICS

Motor and Generator Manufacturing (335312)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)
Timeline
    Description

    The U.S. Army Corps of Engineers intends to issue a Firm-Fixed Price contract for the procurement of specific ABB exciter parts, targeting ABB Inc. as the sole source supplier. The contract requires the delivery of two ABB exciter PEC800 Modbus TCP units and one ABB exciter CCI Converter Control PC, all of which must be new and come with a manufacturer’s warranty of at least two years or 2,000 operating hours. These components are critical for the maintenance and functionality of the Chief Joseph Dam, ensuring operational reliability. Interested parties must submit any inquiries or evidence of capability to jeannette.k.patton@usace.army.mil, as the government will not entertain competitive proposals for this procurement.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the supply of specific ABB equipment to the Chief Joseph Dam. It specifies the procurement of two ABB exciter PEC800 Modbus TCP and one ABB exciter CCI Converter Control PC, mandating that only new equipment is acceptable, along with a manufacturer’s warranty. Vendors must submit descriptive materials, including product brochures and manufacturer’s spec sheets, along with four copies of an Operation and Maintenance Manual detailing installation, operation, and troubleshooting instructions, as well as contact information for spare parts. A warranty of at least two years or 2,000 operating hours is required, starting from government acceptance. Materials will undergo inspection at delivery, which must occur within 120 days of contract award at a designated location without a loading dock. Delivery is restricted to specified business hours, ensuring operational compliance. This RFP reinforces the government’s standards for quality, documentation, and warranty in procuring essential equipment, crucial for the maintenance and functionality of the Chief Joseph Dam.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Solicitation: W912CH-25-R-0097 DD Auxiliary Power Units
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price, three-year sole source contract for Direct Drive Auxiliary Power Units (DDAPU) from Marvin Land Systems. The procurement involves an estimated maximum quantity of 263 units, identified by National Stock Number (NSN) 6115-01-706-8649, which are critical for military operations requiring reliable auxiliary power. Interested contractors must submit their offers via email by December 19, 2025, and must possess Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. For further inquiries, contact Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    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 and Request for Information (RFI) regarding the procurement of Allen-Bradley Programmable Logic Controllers (PLC) for the 9-Mile Pump Station construction project in St. Clair Shores, Michigan. The procurement intends to specify the brand-name requirement for the Allen-Bradley PLCs on a sole source basis from Rockwell Automation, the sole manufacturer of these essential components, which are critical for industrial automation and control systems across various applications. Interested firms capable of providing a compatible equivalent product are encouraged to respond via email, as this notice is not a solicitation for competitive proposals and is subject to change. For further inquiries, contact Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    Overhaul of the Generator, Alternating
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking a contractor for the overhaul of the Alternating Generator, with a presolicitation notice issued under solicitation number W58RGZ-26-R-0003. The contractor will be responsible for providing all necessary services, labor, materials, and equipment to overhaul a minimum of 35 to a maximum of 210 units of the specified generator, which is classified as a commercial item under NAICS code 335312. This procurement is restricted to Honeywell International, Inc., the only approved source with the requisite technical data, and the contract will be a Firm Fixed-Price, 5-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Interested parties must submit their capability statements to the contracting officer, Edward Peterson, at edward.a.peterson4.civ@army.mil, by the closing date, which is 15 days after the posting date of December 16, 2025. The procurement is currently unfunded, and award will be contingent upon the availability of funds.
    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.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    61--BPAU ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 18 units of the BPAU assembly for repair and modification, as outlined in the presolicitation notice. The procurement involves a specific National Stock Number (NSN 7H-6130-016432530) and is classified under the PSC code 6130, which pertains to electrical converters that are non-rotating. This contract action is significant as it addresses a critical supply need for the Navy, and the government has determined that it is uneconomical to acquire the data or rights necessary for competitive procurement, thus opting for a sole-source negotiation. Interested parties are encouraged to express their interest and capabilities to the primary contact, Valentino P. Arena, via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL, within 45 days of the notice publication, as the government will consider all proposals received during this timeframe.
    Y--Hungry Horse Excitation System Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement, designated under solicitation number 140R1025B0003, is a total small business set-aside and involves the replacement of excitation system equipment, with an estimated contract value between $5 million and $15 million. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical systems. Interested contractors must submit their bids by December 17, 2025, at 1:00 PM MDT, with all submissions required to be mailed to the Columbia Pacific Northwest Regional Office in Boise, ID, as electronic submissions will not be accepted. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    RECTIFIER/PWR SUP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of a RECTIFIER/PWR SUP. The procurement aims to secure a repair service with a required turnaround time of 44 days, emphasizing the importance of timely and efficient repair of electrical converters, which are critical for various defense applications. Interested contractors must provide a quote that includes the unit price, total price, and their capacity to meet the required repair turnaround time, with the solicitation amendment allowing for a decrease in the base quantity and an extension of the due date. For further inquiries, potential bidders can contact Alexander S. Craft at 771-229-0409 or via email at alexander.s.craft.civ@us.navy.mil.