Bonneville Dam SCADA Systems Ignition Operating Software Purchase
ID: W9127N25QA054Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

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

    The U.S. Army Corps of Engineers, Portland District, is seeking to procure three Ignition brand Supervisory Control and Data Acquisition (SCADA) software packages to enhance operational capabilities at the Bonneville Dam. This procurement aims to replace the existing FactoryTalk View system, addressing limitations in scalability, licensing flexibility, and compatibility with modern communication protocols, thereby improving overall operational efficiency and ensuring compliance with cybersecurity standards. Interested small businesses must be registered in the System for Award Management (SAM) and can submit quotes via email until June 13, 2025, with a firm-fixed price contract expected to be awarded shortly thereafter. For further inquiries, vendors may contact Jaren Bowman or Darrell Hutchens via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Portland District, has issued a Request for Quote (RFQ) W9127N25QA054 for the procurement of Ignition SCADA Systems Operating Software to enhance functionality at Bonneville Dam. The contract is classified as a firm fixed-price agreement, entirely set aside for small businesses, with a delivery timeline of 30 days post-award. Interested vendors must be registered in the System for Award Management (SAM) and can submit quotes via email until June 13, 2025. The software aims to improve scalability, integration with modern control systems, and operational efficiency while ensuring compliance with cybersecurity standards. The package consists of three identical contract line items for the Ignition Custom Software package. The procurement emphasizes a collaborative approach, intending to replace the existing FactoryTalk View software, thus addressing operational limitations. Payment will be processed through the USACE Finance Center upon satisfactory completion of the delivery. Contractors are required to comply with various federal regulations and standards as detailed in the associated contract clauses.
    The document pertains to a federal government RFP controlled by the US Army Corps of Engineers (USACE), specifying the dissemination control as "FED ONLY" and categorizing it under General Privacy regulations. The main focus is on a certification statement from the point of contact, Darrell D. Hutchens, affirming the accuracy and completeness of supporting data related to the requirements justifications provided. This certification suggests a formal process aimed at ensuring accountability and adherence to federal standards while participating in government contracts and grant applications. The context emphasizes the critical role of documentation and verification in federal RFPs and grants to maintain integrity and transparency throughout the proposal process.
    The U.S. Army Corps of Engineers (COE) is seeking to procure Ignition Supervisory Control and Data Acquisition (SCADA) software as a replacement for the current FactoryTalk View system at the Bonneville Lock and Dam. The need for this upgrade stems from limitations in scalability, licensing flexibility, and compatibility with modern communication protocols present in the existing system. Ignition offers modular architecture, unlimited licensing, and better integration with contemporary databases and protocols. The procurement involves considerable support services, including software installation, technical guidance, security patches, and license management. The delivery of materials is to occur Monday to Thursday between specified hours, excluding federal holidays, with all shipments directed to the Bonneville Lock and Dam. Invoices will be sent to designated financial centers and specific contacts within the organization. Essential points of contact include Roger Montavon for delivery and Darrell Hutchens for contracting matters. This procurement reflects an intent to enhance operational efficiency and ensure long-term adaptability of SCADA systems at the facility, aligning with federal standards for cybersecurity and infrastructure modernization.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Buyer not available
    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 focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    USIBWC SCADA Lifecycle Support
    Buyer not available
    The International Boundary and Water Commission (USIBWC) is seeking a contractor to provide comprehensive lifecycle support for the Supervisory Control and Data Acquisition (SCADA) system at the Nogales International Wastewater Treatment Plant in Arizona. The contractor will be responsible for maintaining, securing, and enhancing the SCADA system, which is critical for wastewater treatment operations, including system maintenance, software patching, and cybersecurity compliance with federal standards such as NIST and FISMA. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specific qualifications, including Ignition Gold certification and relevant SCADA experience. Proposals are due by 10:00 AM MST on January 9, 2026, and interested vendors must contact Suzette Smith at suzette.smith@ibwc.gov for access to the submission portal.
    Remote Control Systems for ADCP's IAW Salients
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    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.
    McNary Dam Staff Gauges
    Buyer not available
    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.
    Industry Day Announcement for The Dalles transformers 9,10,11 repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is hosting an Industry Day to discuss the repair of transformers 9, 10, and 11 at The Dalles Dam in Oregon. The objective is to gather industry input on construction risks and capabilities related to the repair and improvement of these critical electrical components, which are essential for maintaining the dam's operational integrity. This event will provide an overview of the project scope, environmental considerations, and opportunities for networking, with a focus on enhancing contractor understanding of USACE's specifications and requirements. Interested firms must RSVP by December 12, 2025, to participate in the virtual meeting scheduled for January 29, 2026, and can contact Joseph B. Jarvis at joseph.b.jarvis@usace.army.mil for further details.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Mechanical Unloading IDIQ
    Buyer not available
    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.