SPECIAL NOTICE
Y -- LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Notice of Intent for Brand Name Products
- Notice Date
- 4/22/2025 9:59:28 AM
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P924R2937
- Response Due
- 4/30/2025 8:00:00 AM
- Archive Date
- 09/30/2027
- Point of Contact
- Whitney Dee, Phone: 3143318621, Angie Grimes, Phone: 3143318965
- E-Mail Address
-
whitney.r.dee@usace.army.mil, angie.l.grimes@usace.army.mil
(whitney.r.dee@usace.army.mil, angie.l.grimes@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, St. Louis District, is seeking Justification and Approval (JandA) approval for brand name products to be used in the construction of the new 1,200 ft Lock at Lock and Dam 25. Rockwell Automation (RA) owns Allen-Bradley (A-B) which is a brand name of several product lines for automation and industrial controls equipment. The majority of controls hardware is sold under the A-B moniker and controls software products are under the RA name. For the purposes of this JandA, RA and A-B are considered to be the same manufacturer. Though a contract will not be awarded directly to RA by the Government, Rockwell Automation Inc. industrial control equipment, control network components, and software products will be specified in the design-bid-build contract for construction of the project. The construction contractor will be required to procure Rockwell Automation Inc. products, either directly from Rockwell Automation Inc. or through an authorized product distributor. The construction contract is planned to be awarded under a full and open solicitation. This JandA seeks approval for the sole-source brand name acquisition of Rockwell Automations industrial control products due to their critical compatibility with existing and future systems in St. Louis District and other Lock and Dam facilities. This approach minimizes operational discrepancies, supports standardized components, and optimizes benefit-cost ratios for construction, operations, maintenance, and training. The requested brand name specific requirements only pertain to various control system components and software which are a very small, but critical, part of the overall project scope and cost. The brand name products required to be procured by the construction contractor per contract specifications are necessary for the control and SCADA (supervisory control and data acquisition) systems for the new 1200ft Lock to allow compatibility and integration with the existing 600ft Lock and Dam control system already installed at Lock and Dam 25 and other MVS lock and dam facilities. These systems are of the programable logic controller (PLC) type, known as a PLC-based control system, and include human machine interface (HMI) control stations. The specified brand name products include the following items:- PLC Processor: A-B 1756 ControlLogix/GuardLogix controllers;- Remote Input/Output (I/O) Hardware: A-B 1756 Ethernet Interface and I/O modules;- Power Supply: A-B 1606 24VDC supply and redundancy modules;- PLC and HMI Ethernet Switches: A-B Stratix; - HMI Panels: A-B PanelView 5000;- PLC Programming Software: RW Studio 5000 and;- HMI Application Software: RW FactoryTalk View. This notice is not a request for competitive quotes. No requests for capability briefings will be honored as a result of this notice and any information provided will not be used as part of any subsequent solicitation requirement. No telephonic inquiries will be honored. A determination by the Government not to compete with this proposed action based on responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/510e2e718ff245088b4b62141149234d/view)
- Place of Performance
- Address: Lock and Dam 25 Site, 10 Sandy Slough Road, Winfield, Missouri 63389 63389
- Zip Code: 63389
- Zip Code: 63389
- Record
- SN07416712-F 20250424/250422230039 (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 |