SPECIAL NOTICE
99 -- USACE SPK BRAND NAME SPECIAL NOTICE � Natomas Reach B Pumping Plant 5, Sacramento California
- Notice Date
- 1/21/2026 1:23:57 PM
- Notice Type
- Special Notice
- NAICS
- 333914
— Measuring, Dispensing, and Other Pumping Equipment Manufacturing
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123826S0013
- Response Due
- 2/11/2026 10:00:00 AM
- Archive Date
- 02/26/2026
- Point of Contact
- Jennifer Wheelis
- E-Mail Address
-
jennifer.l.wheelis@usace.army.mil
(jennifer.l.wheelis@usace.army.mil)
- Description
- This Notice is to support inclusion of several Sole Source (Brand Name) Pumping Plant items for construction and upgrades to the Natomas Reach B Pumping Plant 5 facility. This is NOT a Solicitation or Request for Proposal. The U.S. Army Corps of Engineer, Sacramento District intends to specify the below listed items as part of a firm fixed price construction contract; �Natomas Reach B Pumping Plant 5�. The Government will not purchase these items directly but will require the construction contractor to provide these items. A determination by the Government to not compete this requirement, for the specific items listed below, based on the responses to this notice is solely within the discretion of the Government, FAR 6.302-1(c), �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirement -Brand Name Items.� Below is the list of Brand Name Items. 1. Programmable Logic Controller (PLC) - The PLC (CompactLogix L1) must be provided by Allen-Bradley, Rockwell Automation. The PLC automates and controls the pumps by using a combination of sensors and programmed code. The PLC then manages water levels by automatically starting or stopping certain pumps in order to obtain the optimum water surface elevation at the pump forebay. The PLC also monitors critical equipment/facility status and generates alarms/notifications. The PLC allows the operator to run an automated system as described, or the system can be operated manually. Rockwell Automation under the Allen-Bradley name, manufactures PLC�s that can communicate with each other either through Ethernet/IP, consumer tag-based communication, through manual data exchange connection, or the sharing of I/O local control. 2. Motor Control Center (MCC) - The proposed motor control center shall be manufactured by Allen-Bradley, Rockwell Automation. The MCC integrates motor starters, power distribution and network communication into a single panel of switches necessary to ensure the operation of the pumping plant. 3. Siphon Breaker and Air Relief Valve - Siphon Breaker and Air Relief Valves must be manufactured by Harris � Durham Pump, Inc. The siphon breaker/air relief valves provide the ability for air to enter the pipe system after pump shutdown and breaks the siphon thereby protecting the pumps from continuing to attempt to draw water. After start-up the valves provide the ability for entrapped air in the system to escape which provides for more efficient pumping and minimizes potential damage and erosion for the entire pumping system by preventing reduced flow and pipe coating damage. The inability for either of these to occur could possibly damage the pump and the system. The relief part of the equipment ensures that water, and not air, is being pumped through the system and air is relieved before completely exiting the system. The Harris valves are a unique mechanical system that provides combined air/siphon release in a single component. 4. Trash Racks - Self Cleaning trash rack manufactured by Duperon Corporation. 5. Pumps - The proposed pumps shall be manufactured by Cascade Pump Company. This is a Special Notice and no separate solicitation will be available for these brand name items as they will be incorporated into the appropriate specification sections of the Natomas Reach B Pumping Plant 5 construction contract solicitation, which is currently planned for advertisement in 2026. Potential vendors who offer the above items which can meet all of the above functional criteria are invited to respond to this notice. Please submit your responses via email to Jennifer Wheelis Jennifer.L.Wheelis@usace.army.mil. Responses must include the following information: 1. Identification of the manufacture�s name, address, and country of product manufacture 2. Fully detailed specification sheets 3. Narrative addressing how your product meets the salient features listed above. Responses are due no later than 11 February 2026 at 1000 (10:00) PST. Please include the Special Notice number, �W9123826S0013� in the e-mail subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e9c15584b66a431293631aa4a98794e1/view)
- Place of Performance
- Address: Sacramento, CA, USA
- Country: USA
- Country: USA
- Record
- SN07692036-F 20260123/260121230031 (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 |