Intent to Sole Source Allen Bradley Power Flex Drive
ID: M6700124Q1193Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Field Contracting System at Camp Lejeune, North Carolina, intends to award a sole source contract for the procurement of Allen Bradley Power Flex 750 AC Drives and associated components. These drives are critical for the operation of the Camp Lejeune Wastewater Utilities, as they are integral to controlling sewage pump flow rates and ensuring compliance with USMC cybersecurity requirements for utility systems. The urgency of this acquisition is underscored by the necessity for brand-name equipment, as alternatives would require significant re-engineering for compatibility. Interested firms must submit their capability statements by 12:00 PM EDST on September 9, 2024, to Rebecca Hayes at Rebecca.L.Hayes.CTR@usmc.mil or by phone at (910) 451-7884.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum details a determination that only one source is reasonably available for a federal procurement under FAR Part 13, specifically for the Allen Bradley Power Flex 750 AC Drives and associated components necessary for the Camp Lejeune Wastewater Utilities. The request underscores the urgency and critical nature of these drives, which play an integral role in controlling the sewage pump flow rates, directly impacting the efficiency of the wastewater collection system. Rockwell Automation is cited as the Original Equipment Manufacturer (OEM) with exclusive proprietary rights to these drives, while McNaughton-McKay Electric Company is identified as the sole authorized distributor. The memorandum justifies the absence of competition by stating that alternative solutions would require significant re-engineering for compatibility, confirming the necessity for brand-name equipment due to established cyber security requirements under USMC guidelines. The required items are expected to be delivered by September 30, 2024, reinforcing the time-sensitive nature of the acquisition. This document is part of the federal acquisition process aimed at ensuring compliance with procurement regulations while addressing critical infrastructure needs at the facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Rockwell Automation Software / Allen-Bradley Hardware components for ECMP 519 Plant Watch & Oven Watch upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a firm fixed price contract on a noncompetitive basis to Rexel for the provision of Rockwell Automation Software and Allen-Bradley Hardware components necessary for the ECMP 519 Plant Watch and Oven Watch upgrade. This procurement is critical as it involves specialized components that are essential for enhancing operational capabilities at the facility. The contract will be negotiated under the authority of 10 U.S.C. 2304 (C) (1), and interested parties are invited to demonstrate their capability to meet the requirements by submitting their responses by September 23, 2024, at 10 AM (EST). For further inquiries, vendors may contact Lawrence J. Connell at lawrence.j.connell.civ@us.navy.mil or Katy Gates at katy.m.gates.civ@us.navy.mil.
    59--SERVO DRIVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 10 units of a servo drive, identified by NSN 7H-5998-016910647. The procurement is a total small business set-aside, and the items must be sourced from specified sources due to the lack of available technical data for alternative suppliers, as outlined by DoD-STD-100. This acquisition is critical for maintaining operational capabilities, and the government intends to negotiate with only one source under FAR 6.302-1, although all responsible sources may express their interest and capability within 45 days of this notice. Interested parties should contact Lamar R. Crummel at (717) 605-6474 or via email at lamar.crummel@navy.mil for further details.
    Removal and Installation of Uninterrupted Power Supplies (UPS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for the removal and installation of Uninterruptible Power Supplies (UPS) at Camp Lejeune, North Carolina. The procurement involves the acquisition of three Eaton UPS systems (Model 9PXM12S20K) along with installation and startup services, aimed at replacing outdated systems to support critical telecommunications for Marine Corps Installations East. This initiative is vital for ensuring operational continuity and compatibility with existing infrastructure, as the selected equipment is essential for standardization and maintenance efficiency. Interested small businesses must submit their proposals, including a technical capability statement and pricing, by 10:00 AM on September 19, 2024, with inquiries directed to Robert Anderson at robert.anderson@usmc.mil or by phone at 910-451-3011.
    USNS LEWIS & CLARK DRIVE, 5HP, AC
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking quotes for the procurement of a 5HP AC drive for the USNS Lewis & Clark (T-AKE 1) Class ship. This procurement is critical for maintaining operational readiness and involves a firm-fixed price purchase order, with a required delivery date set for September 30, 2024. Interested offerors must submit their quotes by September 17, 2024, with evaluations based on technical capability, pricing, and past performance, prioritizing the lowest priced technically acceptable offer. For further inquiries, potential bidders can contact James Parker at james.parker5@navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
    61--MOTOR,ALTERNATING C
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure three units of an Alternating Current Motor, identified by NSN 7H-6105-014082657. This procurement is intended for a sole source contract, as the government plans to negotiate with only one supplier due to the unique specifications and requirements of the motor, which is critical for various defense applications. Interested parties are encouraged to express their interest and capability to fulfill this requirement, with the understanding that all proposals received within 45 days of this notice will be considered. For further inquiries, interested vendors can contact Joshua Eshleman at (717) 605-6055 or via email at joshua.j.eshleman@navy.mil.
    58--MASP DRIVE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the MASP Drive, specifically NSN 7R-5845-016433222-P8, from The Boeing Company, the sole source Original Equipment Manufacturer (OEM). The procurement involves a quantity of 30 units, with delivery terms set as FOB Origin, and no drawings or data are available for alternative sources. This equipment is critical for underwater sound applications, and the government intends to utilize FAR Part 13 procedures for this acquisition, with an anticipated award date in May 2025. Interested parties are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne@navy.mil within 45 days of the notice publication.
    30--DRIVE UNIT,ANGLE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure six units of the Drive Unit, Angle, identified by NSN 7H-3010-012551836. The procurement is a presolicitation notice for supplies that will be delivered to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution San Joaquin in Tracy, CA. This component is critical for military applications, and the government intends to negotiate with only one source due to the proprietary nature of the data required for its purchase or repair. Interested parties are encouraged to contact Christian D. Spangenberg at (717) 605-5192 or via email at CHRISTIAN.SPANGENBERG@NAVY.MIL for further details, with a response deadline of 45 days from the notice publication date.
    A/C MOTOR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is issuing a solicitation for the procurement of an A/C motor as part of a sole source contract with Applied Industrial Tech Inc. This procurement requires that all offerors be authorized distributors of the sole source vendor, with proposals due by 12:00 PM on September 17, 2024. The A/C motor is critical for supporting the SRF Japan project, and the contract will be a firm-fixed price type, emphasizing compliance with federal regulations, including the Buy American Act. Interested parties should contact Ferbien Encomienda at 360-476-7587 or via email at FERBIEN.O.ENCOMIENDA.CIV@US.NAVY.MIL for further details and to ensure they are prepared for the submission process.
    46--PUMPING UNIT,SEWAGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for a specialized pumping unit classified as sewage treatment equipment, with a focus on NSN 7H-4630-014125270. The government requires 295 individual units to be delivered on a FOB origin basis. This is a complex procurement where the government does not own the necessary data or rights to source the part from multiple vendors. Due to the cost and complexity of acquiring such data, the Navy intends to solicit and negotiate with a single source. The sought pumping units are critical to their operations, and the government is open to receiving capability statements from potential suppliers. The opportunity is not focused on commercial items, and market research will play a key role in shaping the procurement process. Interested parties should express their capability and interest promptly. The government will consider all responses received within 45 days, or 30 days if an award is issued under an existing Basic Ordering Agreement (BOA), ensuring a thorough evaluation process. While the primary contact is listed as ALEXANDER CRAFT from the NAVSUP WEAPON SYSTEMS SUPPORT MECH office, interested parties should refer to the provided ASSIST-Online link for further standardized documents and details.
    Pump Assembly, Power
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Land Warren is seeking qualified contractors for the procurement of "Pump Assembly, Power" under solicitation number SPRDL1-24-Q-0104. This procurement involves a firm-fixed-price contract for a long-term supply of pump assemblies, with a maximum quantity of 55 units and a minimum order quantity of 3 units per year, sourced from approved manufacturers including Danfoss Power Solutions and Oshkosh Defense. The pump assemblies are critical components for military vehicles, ensuring operational efficiency and reliability. Interested parties must submit their quotations via email to Contract Specialist Drake Martinez at drake.martinez@dla.mil by the extended closing date of September 24, 2024, and adhere to all specified terms and conditions outlined in the solicitation and its amendments.