LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Notice of Intent for Brand Name Products
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, St. Louis District, has issued a Special Notice (Notice of Intent) regarding the planned use of specific brand-name products for the Navigation and Ecosystem Sustainability Program (NESP) Lock and Dam 25 New 1,200 ft Lock project. This notice seeks Justification and Approval (J&A) for requiring products from Rockwell Automation (Allen-Bradley), Avigilon, Software House, Durham GeoSlope Indicator, GeoKon, and Campbell Scientific within a future design-bid-build construction contract. The construction contract itself is planned to be awarded under a full and open solicitation. Responses regarding this brand-name justification are due by April 24, 2026.
Purpose & Scope
This Special Notice informs potential bidders and the public that the Government intends to specify certain brand-name products in the upcoming design-bid-build construction contract for the new 1,200 ft Lock at Lock and Dam 25. The justification for these brand-name requirements is primarily due to critical compatibility with existing and future systems across St. Louis District and other Lock and Dam facilities, aiming to minimize operational discrepancies, support standardized components, and optimize benefit-cost ratios for construction, operations, maintenance, and training. The construction contractor will be required to procure these specified products.
The brand-name requirements pertain to:
- Industrial Control Systems: Rockwell Automation (Allen-Bradley) products, including PLC processors (e.g., A-B 1756 ControlLogix/GuardLogix), remote I/O hardware, power supplies, Ethernet switches (A-B Stratix), HMI panels (A-B PanelView 5000), and associated programming/application software (RW Studio 5000, RW FactoryTalk View). These are essential for the control and SCADA systems, ensuring integration with existing 600ft Lock and Dam control systems.
- Electronic Security and Video Surveillance Systems: Avigilon and Software House products. This includes Avigilon Unity Video Software licenses, Software House C Cure 9000 SiteServer licenses, and various iSTAR Edge and Ultra G2 door controllers. These are necessary for standardization, compatibility, and integration with other MVS lock and dam facilities.
- Instrumentation Components: Durham GeoSlope Indicator, GeoKon, and Campbell Scientific products. This covers measurement devices, casings, proprietary software, and data acquisition systems. Specific items include Durham Geo Slope Indicator hardware/software for instrument casings and data collection, GeoKon vibrating wire transducers, pressure cells, tiltmeters, and lightning arrestors, and Campbell Scientific dataloggers and communication components. These will provide constant, remotely accessible readings for project monitoring and risk assessment.
Contract & Timeline
- Opportunity Type: Special Notice (Notice of Intent for Brand Name Products)
- Future Construction Contract: Design-Bid-Build, Full and Open Solicitation
- Product Service Code: Y1PZ (Construction Of Other Non Building Facilities)
- Response Due Date: April 24, 2026, 04:55 AM UTC
- Published Date: April 8, 2026, 02:13 PM UTC
Important Information
This notice is not a request for competitive quotes for the brand-name products themselves. No requests for capability briefings will be honored, and any information provided in response will not be used as part of any subsequent solicitation requirement. The Government's determination not to compete this proposed action based on responses is solely at its discretion.