Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense intends to procure a sole source upgrade for the wells control system at Fort Drum, requiring proprietary hardware and software integration services. This procurement is justified under FAR 6.302-1 due to the necessity for compatibility with existing systems, avoiding significant costs and delays associated with alternative solutions.
1.0 Introduction & Background
This document provides the justification for using other than full and open competition for the procurement of control system hardware, software, and integration services for the wells control system upgrade project at Fort Drum. The project requires the expansion and modernization of the existing Supervisory Control and Data Acquisition (SCADA) system controlling the facility's water wells.
The existing wells are operated by a proprietary control system. To maintain operational integrity, system stability, and cybersecurity posture, the new controls must seamlessly integrate with the incumbent manufacturer's platform.
2.0 Justification for Other Than Full and Open Competition
2.1 Authority Cited
The proposed procurement is justified under the authority of FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." This authority is applicable because the required supplies and services must be procured from a specific manufacturer to ensure compatibility with the existing installed infrastructure, thereby avoiding substantial duplication of cost and unacceptable delays.
2.2 Description of Supplies/Services
The required supplies and services include proprietary programmable logic controllers (PLCs), input/output (I/O) modules, SCADA software licenses, and the associated engineering services for programming, configuration, and integration. These components must be fully compatible with the existing Fort Drum wells control system, which is based on the Trane platform. Only this manufacturer and its authorized representatives can provide the hardware, firmware, and software required to expand the system without compromising its integrity while maintaining the full functionality required by the Fort Drum licensed water operator.
2.3 Demonstration of Sole Source Necessity
The existing SCADA system for the wells at Fort Drum is a highly integrated and proprietary platform. Key components, including the central servers, communication protocols, and programming environment, are specific to the incumbent manufacturer. Awarding a contract to another source would prevent the new well controls from integrating into the existing system for the following reasons:
2.4 Rationale for Substantial Duplication of Cost
Utilizing a different controls manufacturer would result in substantial duplication of costs that would not be recovered through competition. These sunk costs would include:
These duplicated costs are estimated to far exceed any potential savings from a competitive procurement for the new expansion scope alone.
2.5 Rationale for Unacceptable Delays
Introducing an alternate controls brand would cause unacceptable delays to a mission-critical utility infrastructure project. Specific delays would include:
These delays would jeopardize the project schedule and impact the operational readiness of the facility's water supply.
2.6 Market Research
Market research confirmed that while multiple vendors manufacture control systems, no other vendor can provide components that are fully and seamlessly compatible with the proprietary architecture of the installed system at Fort Drum. Research confirmed that any attempt to use an alternative would require the costly and time-consuming replacement of the existing system, validating the conclusion that only the incumbent manufacturer can meet the agency's requirements without causing unacceptable delays and cost duplication.
3.0 Conclusion
Based on the technical constraints of the existing proprietary system, the only viable path to meet the government's needs is to procure controls from the incumbent manufacturer. Therefore, a sole-source justification pursuant to FAR 6.302-1 is appropriate and necessary to ensure the successful, timely, and cost-effective completion of the Fort Drum wells control system upgrade.
NOTICE OF INTENT - SOLE SOURCE PROCUREMENT FOR WELLS CONTROL SYSTEM UPGRADE AT FORT DRUM is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.