Notice of Intent to Sole Source - Technology Design PS45 Pocket Scan
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Industrial Machinery and Equipment Merchant Wholesalers (423830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), Portland District, intends to negotiate a sole source contract for the procurement of a TD PS45 Pocket Scan from Stroud Systems, Inc. This acquisition is aimed at supplying a non-destructive testing device to the Welding and Metallurgy Technical Center of Expertise Section, which is critical for ensuring the integrity of materials and structures. The procurement falls under the NAICS code 423830, focusing on Industrial Machinery and Equipment Merchant Wholesalers, and is categorized as a Total Small Business Set-Aside. Interested parties may submit capability statements or proposals to Mr. Darrell Hutchens at darrell.d.hutchens@usace.army.mil by April 7, 2025, although a formal solicitation will not be issued, and the government reserves the right to proceed without competition if no affirmative responses are received.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Notice of Intent to Sole Source to Ferguson Industrial Company
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Memphis District, intends to award a sole source contract to Ferguson Industrial Company for the rebuilding of a crane cylinder for the MV Grugett. This procurement is classified under the NAICS code 811310 and is set aside for small businesses, with a size standard of $12.5 million. The services are critical for maintaining operational capabilities of marine equipment, ensuring the reliability and functionality of the crane used in the district's operations. Interested firms must submit their capability documentation to Contract Specialist Alexandria Duckett via email by 10:00 a.m. Central Time on December 30, 2025, as this notice is for informational purposes only and does not constitute a request for competitive quotes.
    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 related to the Oil Accountability Measures at The Dalles Dam in Oregon. The project aims to enhance the monitoring and accountability of approximately 400,000 gallons of oil at the dam, improving the detection of leaks and compliance with environmental policies as stipulated in a settlement agreement with Columbia Riverkeepers. This initiative is crucial for minimizing potential oil releases into the Columbia River and ensuring the operational integrity of the dam's equipment. Proposals are due by January 15, 2026, with a mandatory site visit scheduled for December 3, 2025. Interested contractors can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Industry Day - USACE Portland District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is hosting an Industry Day on January 22, 2026, at their headquarters in downtown Portland, Oregon. This event aims to inform potential contractors about upcoming opportunities, including construction projects related to the White City VA Design-Build, John Day Dam Program, and various marine construction and metal fabrication contracts. Attendees will have the chance to engage with Contracting Officers, participate in discussion panels, and access resources for small businesses, with registration required to attend. For more information, interested parties can contact Jaren Bowman at Jaren.L.Bowman@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.
    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.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Justification and Approval (J&A) to Single Source Doble Equipment Rental Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking to justify and approve a single-source procurement for Doble Equipment Rental Services. This opportunity involves the leasing or rental of specialized instruments and laboratory equipment, which are critical for various defense-related operations. The attached Justification & Approval document outlines the necessity for this procurement, emphasizing the importance of having reliable equipment for mission success. Interested parties can reach out to Carl Schmurr at carl.r.schmurr@usace.army.mil or by phone at 503-703-6203 for further details regarding this opportunity.
    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.
    PIER/RAIL Repair Kits - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to award a sole-source contract for PIER/RAIL Repair Kits to Edwards Design and Fabrication Incorporated (EDFI). This procurement involves up to 130 sets of expedient pier repair and off-loading ramp kits, with a total contract value of $10.3 million over five years, funded by FY2022 and FY2023 RDT&E and OPA funds, to support operational needs for the United States Indo-Pacific Command (USINDO-PACOM) and United States European Command (USEUCOM). EDFI has been the sole provider of these kits since 2016, leveraging its unique expertise and proprietary manufacturing processes, which are critical to avoiding significant delays and costs associated with qualifying alternative sources. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further information.