Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
ID: W911XK26X1AXSType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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 9-Mile Pump Station construction project in St. Clair Shores, Michigan. This action, justified under FAR 6.302-1(c)(1), is due to REXA, Inc. being the sole manufacturer of these brand-name actuators, which are essential for precise positioning and reliable control in various industrial applications. The required parts include specific model numbers: 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). While contractors can install the product, REXA, Inc. must be present at start-up to verify installation. This NOI also serves as a Request for Information (RFI) to gather feedback from firms capable of providing a directly compatible equivalent product. Interested parties must respond by January 13, 2026, at 2:00 PM (Eastern), providing firm details, UEI or Cage Code, point of contact, and supporting documentation. Responses will determine if this portion of the procurement can be conducted on a competitive basis, with the final decision at the Government's discretion.
    Lifecycle
    Similar Opportunities
    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.
    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.
    48--ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure 32 units of the actuator, electro-mechanical, identified by NSN 7H-4810-015016826. The procurement is for a specialized component that is critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for competitive sourcing, thus intending to negotiate with only one source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with all proposals being considered for the purpose of determining whether to conduct a competitive procurement. For further inquiries, interested vendors can contact Heather R. Jones at (717) 605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL.
    30--ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure nine units of the actuator, electro-mechanical (NSN 7H-3010-015346247-A3) as part of a presolicitation notice. This procurement is designated as a Total Small Business Set-Aside, indicating that only small businesses are eligible to compete for this contract, which will be negotiated under the authority of FAR 6.302-1. The actuator is a commercial item, and the delivery is required at DLA Distribution Barstow in California. Interested parties must respond within 45 days of the notice publication, and all inquiries should be directed to Kathryn E. Shutt at (717) 605-2430 or via email at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL.
    Notice of Intent to Sole Source - Unloader Valve Assemblies
    Dept Of Defense
    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.
    ACTUATOR,HYDRAULIC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of hydraulic actuators. The procurement involves a firm fixed-price contract for the complete refurbishment of hydraulic actuators to "like new" condition, including teardown, evaluation, inspection, and repair, with a requirement for a beyond repair price to be provided as well. These actuators are critical components used in various defense applications, emphasizing the importance of maintaining their operational integrity. Interested contractors should reach out to Ashton K. Perry at 717-605-7574 or via email at ashton.k.perry.civ@us.navy.mil for further details, with proposals expected to adhere to a specified delivery schedule and quality assurance requirements.
    30--ACTUATOR,ELECTRO-ME, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to procure 17 units of the Actuator, Electro-Mechanical, model GS45, as part of a presolicitation notice. This procurement involves the repair and modification of a commercial/nondevelopmental item, which is critical for various defense applications, and will be delivered to designated locations in Virginia and California. Interested small businesses are encouraged to express their interest and capabilities, as the government intends to negotiate with only one source under FAR 6.302-1, with proposals accepted within 45 days of the notice publication. For further inquiries, interested parties may contact Kathryn E. Shutt at (717) 605-2430 or via email at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL.
    48--ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Electro-Mechanical Actuator, identified by NSN 4810013926656. This solicitation is part of a combined synopsis/solicitation process, and the approved sources for this actuator include specific manufacturers identified by their part numbers. The actuators are critical components typically used in various defense applications, ensuring operational reliability and performance. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, with the deadline for submissions set at 161 days after the award date.
    ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of an Electro-Mechanical Actuator. This contract involves the manufacture and supply of the actuator, which is critical for various defense applications, ensuring operational readiness and reliability. The procurement is governed by specific quality assurance and inspection requirements, with all items needing to meet stringent military standards. Interested vendors should contact Scott Coy at 445-737-9260 or via email at SCOTT.COY@DLA.MIL for further details, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    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.