Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2025 SAM #8731
SPECIAL NOTICE

K -- BONNEVILLE DAM DIGITAL GOVERNOR (Supplies)

Notice Date
10/20/2025 12:03:35 PM
 
Notice Type
Special Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Response Due
11/4/2025 3:00:00 PM
 
Archive Date
11/19/2025
 
Point of Contact
Kristel Flores, Nicole Adams
 
E-Mail Address
Kristel.M.Flores@usace.army.mil, Nicole.A.Adams@usace.army.mil
(Kristel.M.Flores@usace.army.mil, Nicole.A.Adams@usace.army.mil)
 
Description
Notice Type: Notice of Intent (NOI) for modification to W9127N23C0022 using non-competitive procedures. Synopsis: The primary purpose of this NOI is to publicize this contract action prior to contract modification, as mandated in FAR Subpart 5.2, Synopses of Proposed Contract Actions, and FAR Subpart 6.3, Other Than Full and Open Competition, and also to meet the requirements of DFARS PGI 206.302-1(d). This synopsis will be used to support the development of a Justification & Approval (J&A) for an out-of-scope modification to an existing firm-fixed-price contract action. The. U.S. Army Corps of Engineers (USACE), Portland District intends to modify Contract No. W9127N23C0022, BON1 Digital Governors, using non-competitive procedures to modify the scope of the work. This firm-fixed-price supply contract was awarded under a large business to Emerson Process Management Power & Water Solutions, Inc. The purpose of this modification is to extend the Period of Performance for various CLINS, scope change to the training requirement, and add Gate Distributing Valve Controlet Machining, Cap Fabrication, O-ring groove machining, and Distributing Valve Measurements to the governors Emerson is supplying to the government per the contract The governors contain proprietary software and customization to integrate into the existing powerhouse 2 governors. The statutory authority permitting sole sourcing for this acquisition is 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. In accordance with 10 U.S.C. 2304(d)(1)(B) and FAR 6.302-1(A)(2)(iii), services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other sources would result in �substantial duplication of cost to the Government that is not expected to be recovered through competition� as the contractor will already be mobilized on the site to perform the original work scope. A SOLICITATION WILL NOT BE POSTED The Government intends to proceed with this sole source action. The North American Industry Classification System (NAICS) code for this action is 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a small business size standard of 750 employees. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government by submitting a capability statement that they have ability to complete the above services in the required timeframe. If no affirmative written responses are received by 3:00 Pacific Time on 4 November 2025, by email to Kristel.M.Flores@usace.army.mil and Nicole.A.Adams@usace.army.mil, an award/modification will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the Government not to complete this proposed requirement is solely within the discretion of the Government. Electronic responses and questions shall be submitted via email to the Contracting point of contact listed below. The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5618cdc48b544608bda980f10622e48b/view)
 
Place of Performance
Address: Cascade Locks, OR, USA
Country: USA
 
Record
SN07622732-F 20251022/251020230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.