Closed Solicitation · DEPT OF DEFENSE

    NOTICE OF INTENT - SOLE SOURCE PROCUREMENT FOR WELLS CONTROL SYSTEM UPGRADE AT FORT DRUM

    Sol. W912DS-26-S-0018Special NoticeNEW YORK, NY
    Closed
    STATUS
    Closed
    closed Apr 2, 2026
    POSTED
    Mar 18, 2026
    Publication date
    NAICS CODE
    237990
    Primary industry classification
    PSC CODE
    Product & service classification

    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.

    Contract details

    Solicitation No.
    W912DS-26-S-0018
    Notice Type
    Special Notice
    Posted Date
    March 18, 2026
    Response Deadline
    April 2, 2026
    NAICS Code
    237990AI guide
    Issuing Office
    W2SD ENDIST NEW YORK
    Primary Contact
    Brian Winters
    State
    NY
    ZIP Code
    10278-0004
    AI Product/Service
    both

    Description

    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:

    • Proprietary Architecture: The system's communication bus and software are not open-protocol, preventing third-party controllers from being recognized or functioning within the established network.
    • Data Analysis: The system’s proprietary data analysis would be unable to fully integrate with non-Trane equipment.
    • Data & Alarm Consistency: An alternative system would be unable to integrate into the existing alarm, trending, and historical data logging schemas, creating operational inefficiencies and information gaps.
    • Cybersecurity: Introducing a different platform would require a completely new cybersecurity evaluation and Authority to Operate (ATO), creating a separate, less secure control network or a risky and unproven integration gateway.

    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:

    • System Replacement: A wholesale replacement of the existing central SCADA servers, operator workstations, and network hardware would be required.
    • Reprogramming: All existing sequences of operation for the current wells would need to be reprogrammed and recommissioned on the new platform.
    • Operator Training: Facility operators would need to be retrained on an entirely new system, leading to lost productivity and the potential for operational errors.

    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:

    • Extended Redesign: The control system architecture would require a complete redesign to accommodate a new platform.
    • Complex Integration & Testing: Significant time would be spent developing and testing a new integration method, with no guarantee of success.
    • Commissioning Delays: Commissioning and functional performance testing would be significantly extended to validate the performance of a non-standard, multi-vendor system.

    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.

    Key dates

    1. March 18, 2026Posted Date
    2. April 2, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.