Notice of Intent - Sole Source Procurement for Wells Control System Upgrade at Fort Drum
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 Department of the Army, W2SD ENDIST NEW YORK, has issued a Notice of Intent (NOI) for a sole-source procurement to upgrade the wells control system at Fort Drum, NY. The intent is to procure control system hardware, software, and integration services from Trane or its authorized representatives due to the existing proprietary Trane SCADA system. This action is justified under FAR 6.302-1, citing "Only One Responsible Source."
Purpose & Justification
This NOI provides the rationale for using other than full and open competition for the Fort Drum wells control system upgrade. The project requires expanding and modernizing the existing Supervisory Control and Data Acquisition (SCADA) system, which is based on a proprietary Trane platform. To maintain operational integrity, system stability, and cybersecurity, new controls must seamlessly integrate with the incumbent manufacturer's platform. The justification highlights that only Trane and its authorized representatives can provide the necessary components without compromising system integrity or functionality.
Scope of Requirement
The required supplies and services include proprietary programmable logic controllers (PLCs), input/output (I/O) modules, SCADA software licenses, and associated engineering services for programming, configuration, and integration. These components must be fully compatible with the existing Trane-based Fort Drum wells control system.
Rationale for Sole Source
- Proprietary Architecture: The existing system's communication bus and software are not open-protocol, preventing third-party controllers from integrating. Non-Trane equipment would also fail to integrate with existing 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), creating security risks or complex integration challenges.
- Substantial Duplication of Costs: Utilizing a different manufacturer would require a wholesale replacement of central SCADA servers, operator workstations, and network hardware, along with reprogramming all existing sequences of operation and retraining operators. These costs are estimated to far exceed any potential savings from competitive procurement.
- Unacceptable Delays: An alternate controls brand would cause significant delays due to required redesign, complex integration and testing, and extended commissioning, jeopardizing the project schedule and water supply operational readiness.
Market Research
Market research confirmed that no other vendor can provide components fully and seamlessly compatible with the proprietary Trane architecture without requiring costly and time-consuming system replacement.
Contract & Timeline
- Contract Opportunity Type: Special Notice (Notice of Intent)
- Set-Aside: None (Sole Source)
- Published Date: March 18, 2026
- Response Date: April 2, 2026, 6:00 PM EDT
- Place of Performance: Fort Drum, NY
Contact Information
For inquiries, contact Brian Winters at brian.h.winters@usace.army.mil.