Notice of Intent - Sole Source Procurement for Wells Control System Upgrade at Fort Drum

Key Dates
Due Date

-

Posted Date

-

Agency & Value
Agency

W2SD ENDIST NEW YORK

Contract Value

Not provided

Codes & Classification
Solicitation Number

W912DS-26-S-0018

NAICS

237990 - Other Heavy and Civil Engineering Construction

Classification Code

Additional Details
Set Aside

None

Place of Performance

Fort Drum, New York, UNITED STATES

SourceSAM
Documents1
The U.S. Army Corps of Engineers, New York District (W2SD ENDIST NEW YORK), has issued a Special Notice of Intent to award a sole-source contract for the upgrade and expansion of the wells control system at Fort Drum, New York. This procurement, identified under W912DS-26-S-0018, is being conducted in accordance with FAR 6.302-1, which allows for other than full and open competition when only one responsible source is capable of satisfying agency requirements. The primary objective of this procurement is to modernize and expand the existing Supervisory Control and Data Acquisition (SCADA) system that manages the water wells at Fort Drum. The current system is based on a proprietary platform manufactured by Trane, and the upgrade will require the acquisition of compatible control system hardware, software, and integration services. Specifically, the government seeks proprietary programmable logic controllers (PLCs), input/output (I/O) modules, SCADA software licenses, and associated engineering services for programming, configuration, and integration. The deliverables must be fully compatible with the incumbent Trane system to ensure seamless integration, maintain operational integrity, and uphold the facility’s cybersecurity posture. The justification for this sole-source procurement is rooted in the highly integrated and proprietary nature of the existing control system. The architecture, communication protocols, and programming environment are unique to the incumbent manufacturer, precluding the use of third-party components without significant risk and cost. Key considerations include: - **Proprietary Architecture:** The system’s communication bus and software are not open-protocol, preventing third-party controllers from functioning within the established network. - **Data Integration:** Only Trane equipment can fully integrate with the system’s data analysis, alarm, trending, and historical data logging schemas. - **Cybersecurity:** Introducing a different platform would necessitate a new cybersecurity evaluation and Authority to Operate (ATO), potentially creating vulnerabilities or requiring a separate, less secure network. - **Cost and Schedule Risks:** Utilizing an alternative manufacturer would require wholesale replacement of central SCADA servers, operator workstations, and network hardware, as well as reprogramming and retraining, resulting in substantial duplication of costs and unacceptable project delays. Market research confirmed that no other vendor can provide the required components with the necessary compatibility, and any attempt to use alternatives would entail costly and time-consuming system replacement. As such, the government has determined that only the incumbent manufacturer and its authorized representatives can meet the agency’s requirements without jeopardizing the project’s schedule, cost, or operational readiness. This procurement falls under NAICS Code 237990 (Other Heavy and Civil Engineering Construction), with the place of performance at Fort Drum, New York. The contracting activity is managed by the Department of the Army, U.S. Army Corps of Engineers, New York District. Interested parties may contact Brian Winters at [email protected] for further information. The notice was posted on March 18, 2026, and responses are due by April 2, 2026. Additional details and the official notice can be found at: https://sam.gov/opp/e7bf94ae51e941c2b32065099ce8ad33/view. Contractors considering this opportunity should note that the requirement is strictly limited to the incumbent manufacturer’s platform and authorized representatives, due to the proprietary nature of the existing system and the critical need for seamless integration, operational continuity, and cybersecurity compliance.