Notice of Intent to Sole Source - Unloader Valve Assemblies
ID: W912EF-26-R-SN03Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Industrial Valve Manufacturing (332911)

PSC

VALVES, POWERED (4810)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Army Corps of Engineers, Walla Walla District, intends to award a sole-source contract to Emerson Process Management Power & Water Solutions, Inc. for the procurement of Governor Oil Pump Unloader Valve Assemblies necessary for the Lower Monumental Lock and Dam. This procurement aims to replace outdated mechanical unloader valve assemblies on existing Pelton C310 and C90 governor oil pumps, ensuring compatibility with the current infrastructure and maintaining operational reliability. The components are critical for the functionality of the power generation system, as the existing units are over 55 years old and nearing the end of their service life, with alternatives deemed impractical due to high costs and extended timelines. Interested parties may express their interest and capability in writing to Callie Rietfors at callie.rietfors@usace.army.mil by 10:00 AM PST on January 12, 2026, as this notice does not constitute a formal solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking approval for a sole-source, Firm-Fixed-Price supply contract with Emerson Process Management Power & Water Solutions, Inc. for Governor Oil Pump Unloader Valve Assemblies. This procurement, justified under FAR Part 13.106-1(b) for simplified acquisitions, aims to replace outdated mechanical unloader valve assemblies on Main Units 1-3 Powerhouse Generators at Lower Monumental Lock & Dam. Emerson is the sole provider due to its acquisition of proprietary designs from American Governor Company (AGC) and Pelton, making it the only company capable of supplying compatible retrofit kits that integrate with the existing AGC digital control system and Pelton pumps. The existing components are 55 years old and nearing the end of their service life. Alternatives are not feasible, as redesigning the system to accommodate other vendors would cost over $2 million and take more than four years. The contract includes various unloader assembly kits and spare parts, with delivery expected within 20 weeks. This sole-source approach is deemed necessary to ensure system compatibility, prevent significant costs, and avoid operational risks.
    This specification outlines the requirements for procuring Governor Oil Pump Unloader valve assemblies for the Lower Monumental Lock & Dam. The project requires replacing existing spring-operated pilot valves with off-the-shelf solenoid-operated hydraulic valves, controlled by time-delay relays and mechanical pressure switches. The system must be compatible with existing Pelton C310 and C90 Governor Oil Pumps, operate on 120VAC, and include detailed documentation for installation, operation, and maintenance. The procurement includes three dual C310 main pump kits and three single C90 jockey pump kits, each with specific components like replacement pilot valve flange assemblies, electro-mechanical pump controls, and oil filter assemblies. A spare parts kit, compatible with both C310 and C90 unloaders, is also required. All components must be new, meet industry standards, and come with a manufacturer's warranty and technical support. Delivery is required within 20 weeks of contract award to the Lower Monumental Project.
    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 soliciting proposals 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 electrical performance, construction materials, and testing requirements outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency and reliability of hydroelectric power generation at the facility. Proposals are due by March 12, 2026, and interested parties 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.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is soliciting quotes for the replacement of an outdated Dynapower pump and its associated servo/moog valve on the Mat Sinking Unit's Matboat 4801. The procurement requires the contractor to provide a functionally identical Dynapower motor, Model 880600 888168, compatible with the new servo/moog valve, with all replacements to be delivered to Vicksburg, MS, by January 9, 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 333996, and proposals will be evaluated based on capability and price, with the contract awarded to the lowest-priced, capable offer. Interested parties must submit their quotes electronically by December 31, 2025, at 11:00 AM, to Judy M. Huell at Judy.M.Huell@usace.army.mil, and ensure their offers remain valid for 60 days.
    Z--Digital Governor Modernization
    Interior, Department Of The
    The U.S. Bureau of Reclamation is seeking to award a sole source contract for the modernization of digital governors at the Shasta Power Plant in California. This project involves upgrading existing, over 20-year-old Programmable Logic Controllers (PLCs) and Human-Machine Interfaces (HMIs) to enhance operational efficiency and extend the lifespan of the equipment by 15-20 years. The selected contractor, L&S Electric Inc., will replace obsolete components with Modicon M580 PLCs and Magelis HMI touchscreen panels, while also incorporating new operational modes for improved functionality. Interested firms must submit their qualifications and demonstrate their capability to meet the requirements by 10:00 AM Pacific Standard Time on January 5, 2026, to the Contract Specialist, Mouang Phan, at mphan@usbr.gov.
    48--3-Way Valve, Closing, Solenoid Operated
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking to procure six 3-Way Valve, Closing, Solenoid Operated for use at the Grand Coulee Power Office in Washington. The valves must meet specific compatibility requirements with ABB (ITE) 230KM25000-25 oil filled power circuit breakers and adhere to the Buy American Supplies Clause. This acquisition is set aside exclusively for small businesses under NAICS Code 332912, with a firm-fixed-price contract anticipated to be awarded in late January 2026. Interested vendors should ensure they are registered in the System for Award Management (SAM) and can contact Terry L. Mest at 509-633-9327 or tmest@usbr.gov for further details.
    Notice of Intent to Sole Source - Guide Cell Reconstruction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to negotiate a sole source modification contract with Massman Construction Co. for the emergency replacement of a downstream guide cell at Lock and Dam 25 in Winfield, Missouri. The contractor will be responsible for providing the necessary materials and labor to reconstruct a failed guide cell, which is critical for maintaining the operational integrity of the dam. This procurement is being conducted on a sole source basis due to unusual and compelling urgency, and no solicitation will be posted on Contracting Opportunities SAM.gov. Interested parties may contact Whitney Dee at whitney.r.dee@usace.army.mil or by phone at 314-331-8621 for further information.
    McNary Lock and Dam Elevator Maintenance Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Walla Walla District, is seeking contractors for the McNary Lock and Dam Elevator Maintenance Services. This procurement involves a hybrid service contract that includes both Firm-Fixed-Price (FFP) and Time and Materials (T&M) components, aimed at ensuring the operational efficiency and safety of the elevator systems at the dam. The services are critical for maintaining the infrastructure that supports navigation and flood control in the region. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and further details will be available in the upcoming solicitation on sam.gov. For inquiries, contact Victoria Conway at victoria.l.conway@usace.army.mil or call 509-527-7449.
    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.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project involves the installation of advanced sensors and equipment to automate the monitoring of oil levels and leaks, thereby improving accountability and compliance with environmental regulations. This initiative is crucial for minimizing potential oil releases into the Columbia River, as the dam currently contains approximately 400,000 gallons of oil, and aims to fulfill commitments outlined in a settlement agreement with Columbia Riverkeepers. Proposals are due by January 15, 2026, with a project budget estimated between $1 million and $5 million. Interested contractors should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Notice of Intent to Solicit and Award a Sole Source
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, intends to award a sole source contract for the procurement of a replacement Drag-arm winch and a Hydraulic Power Unit (HPU) for the Dredge Murden. This contract aims to provide essential equipment that is critical for maintaining the operational capabilities of the dredge, ensuring that the items are direct replacements to fit the current vessel configuration. The procurement is justified as a sole source due to the proprietary nature of the equipment, with Coastal Marine Equipment, Inc. identified as the only small business vendor capable of fulfilling the requirements. Interested parties may express their interest and submit a capabilities statement by January 2, 2026, at 4:00 PM EST, with the point of contact being Contract Specialist Jenifer Garland at jenifer.m.garland@usace.army.mil.
    McNary Dam Staff Gauges
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of custom-built staff gauges for the McNary Navigation Lock & Dam in Oregon. The procurement involves two sets of staff gauges, with specific dimensions ranging from 258 to 275 feet and 335 to 343 feet, constructed from 16-gauge enameling iron with a porcelain enamel finish, and must include detailed drawings with proposals. These gauges are critical for monitoring water levels and ensuring the operational efficiency of the dam, with a requirement for delivery within fifteen weeks of contract award. Interested contractors must submit their proposals via ProjNet by January 6, 2026, and can contact Callie Rietfors at callie.rietfors@usace.army.mil or 509-527-7280 for further information.