SPECIAL NOTICE
61 -- Notice of Intent to Sole Source - Chief Joseph Dam Station Service Governors, Bridgeport, WA
- Notice Date
- 12/17/2020 1:07:28 PM
- Notice Type
- Special Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW21Z0EYE
- Response Due
- 1/4/2021 12:00:00 PM
- Archive Date
- 01/19/2021
- Point of Contact
- Monique Paano, Phone: 2067646084
- E-Mail Address
-
monique.a.paano@usace.army.mil
(monique.a.paano@usace.army.mil)
- Description
- This is an advance notice announcing the intent of the Seattle District US Army Corps of Engineers to award a sole-source firm fixed-price contract to acquire exclusive American Governor Company (AGC) equipment to upgrade the two station service unit governors at the Chief Joseph Dam (Project) in Bridgeport, WA. �The new equipment is consistent with recent and similar upgrades to the existing main unit governors at the Project.� The action is authorized by 10 USC 2304(c)(1) and FAR 6.302-1 entitled ""only one responsible source and no other suppliers or services will satisfy agency requirements."" (1)������� Background:� The Government currently owns 145 AGC Digital PLC Governors throughout the Pacific Northwest Region, including the 27 main unit governors at Chief Joseph Dam. The AGC Digital PLC Governors were part of a broad regional effort to upgrade the existing governors due to age and the decreasing availability of spare parts and technical expertise.� In 2008 a contract was awarded to retrofit all the plants in the Portland, Walla Walla, and Seattle Districts with new AGC Digital PLC Governors. A similar contract was recently awarded to retrofit all of Omaha District. Although the contract retrofitted all 27 main unit governors, the station service governors at Chief Joseph Dam, however, were not included in the regional supply contract. The current governors were installed in April 2000 and are nearing the end of the expected life of 20-25 years. This contract is for new equipment to upgrade the station service units. (2)������� Justification: Purchase of governors from AGC avoids substantial duplication of costs to the Government that would not be recovered in competition including but not limited to costs associated with maintenance, training, additional personnel, and technology support. The purchase of station service governors from the same manufacturer as the existing main unit governors is required for consistency of operation, interoperability within the system including software and mechanical support, cybersecurity, and avoidance of additional training, different system maintenance, and hiring of additional personnel that is not within budget. Pursuing a different governor manufacturer is not practical given the historical and on-going investment both by the regional stakeholders and by the Corps throughout the Northwestern Division.� Purchasing the equipment from AGC is necessary to ensure integration and compatibility with the existing governors at the Project, to capitalize on the existing investment made by the Corps and our regional partners, to take advantage of existing Government owned AGC equipment, and to ensure sensible and efficient maintenance of all the governors at the Project.� If a different type governor was installed, additional cyber security reviews and modifications would be required, it would require further training, a separate set of spare parts, and have different maintenance requirements than the other units at the Project.� A different governor would require the operators to interact with the equipment in a manner not consistent with the other units and would require additional equipment in the control room to operate the station service units. Additionally, given that hydroelectric dams are part of the nation�s critical infrastructure sector with heightened awareness and responsibility for national security, it is critical to obtain supplies that are known to be tested and compatible with the existing systems. Purchase of the same parts helps maintain security and resilience of the system that is already in place. Since the Project is already outfitted with AGC governors, Project personnel and staff have received training in their operations and maintenance, and have experience installing them. Therefore, it is logical and economically efficient for the Government to continue purchase of replacement or upgraded parts with this company for purposes of upgrading the station service governors.� The best value to the Government is to purchase the additional governors from AGC to allow for interoperability with� the existing Government owned AGC equipment (i.e. main unit governors), to ensure efficiency/compatibility with the existing network infrastructure at the Project, and to ensure efficiencies with respect to equipment servicing, repairs, maintenance, and operation already established through the use existing AGC equipment. The North American Industry Classification (NAICS) Code is 334513 � Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables.� The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen (15) days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/71fffef3782f426ab8eb53a1734412cd/view)
- Place of Performance
- Address: Bridgeport, WA, USA
- Country: USA
- Country: USA
- Record
- SN05876422-F 20201219/201217230114 (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 |