THE DALLES OIL ACCOUNTABILITY MEASURES
ID: W9127N26RA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project involves the installation of advanced sensors and equipment to automate the monitoring of oil levels and leaks, thereby improving accountability and compliance with environmental regulations. This initiative is crucial for minimizing potential oil releases into the Columbia River, as the dam currently contains approximately 400,000 gallons of oil, and aims to fulfill commitments outlined in a settlement agreement with Columbia Riverkeepers. Proposals are due by January 15, 2026, with a project budget estimated between $1 million and $5 million. Interested contractors should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Small Business Commitment Document (SBCD) outlines requirements for offerors, particularly
    The document lists contractors registered for a pre-proposal site visit related to Solicitation No. W9127N26RA004, concerning "TDA - Oil Accountability Measures." The site visit is scheduled for Wednesday, December 3rd, at 10:00 A.M PST. The registered contractors include Jeremy Benton from Siemens Digital Industries and David Knight, Brannon Schneider, and Jacob Knight, all from Knight Const. & Supply, Inc. The document provides their names, affiliations, and contact information, indicating preparation for an upcoming federal government RFP or grant concerning oil accountability.
    The document details technical specifications and assembly instructions for various components of the Main Unit Thrust Bearing Oil Cooler – Right Hand, likely for a hydroelectric dam project. Key components include inner and outer tubes made of 90/10 Copper-Nickel with copper spiral fins, and top/bottom plate assemblies constructed from ASTM A36 Carbon Steel. The file also outlines the welding procedures using WPS LAPCO-GTA-M-1-1 or WPS B2.1-1-234-2006, and specifies tolerances for fractional, angular, and decimal dimensions. Furthermore, it contains architectural plans for a governor cabinet, outlining its layout, connections for air and oil systems, and control panel details, including various gauges and switches for generator and turbine operations. The document emphasizes proprietary and confidential information, indicating its use for a specific project by Lynchburg Air Preheater Corp. and the U.S. Army Corps of Engineers.
    The solicitation W9127N26RA004, "The Dalles Oil Accountability Measures," is a Request for Proposal (RFP) for a firm-fixed-price construction contract by the U.S. Army Corps of Engineers, Portland District. The project, located at The Dalles Dam in Wasco County, Oregon, and Klickitat County, Washington, has a magnitude of construction between $1,000,000 and $5,000,000, with NAICS code 238210 (Electrical Contractors and Other Wiring Installation Contractors). Key requirements include oil accountability measures, installation of networking and PLC equipment, calibration of flow meters, and various control and piping installations. A mandatory site visit is scheduled for December 3, 2025, and proposals are due by December 15, 2025, at 11:00 AM PST. Proposals will be evaluated based on Past Performance, Small Business Subcontracting Commitment, and Price, with the technical factors combined being approximately equal to price. A 10% HUBZone price evaluation preference will be applied, and a CMMC Level 2 (Self) certification is required. Large businesses must submit a subcontracting plan with a mandatory minimum 12% total small business participation goal.
    This document outlines Solicitation Number W9127N26RA004, a Request for Proposal (RFP) issued by the US Army Corps of Engineers, Portland District, for "The Dalles Oil Accountability Measures" project in Wasco County, Oregon, and Klickitat County, Washington. The project, valued between $1,000,000 and $5,000,000, involves electrical contracting work (NAICS 238210) and is set for unrestricted competition with a 10% HUBZone price evaluation preference. Key requirements include performance and payment bonds, a mandatory site visit on December 3, 2025, and a December 15, 2025, proposal due date. The RFP details 16 base Contract Line Item Numbers (CLINs) and two optional CLINs for various oil accountability measures, including mobilization, flow meter calibration, control and instrumentation piping, oil storage tank work, networking/PLC equipment installation, and asbestos-related services. Proposals will be evaluated based on Past Performance, Small Business Subcontracting Commitment, and Price, with technical factors approximately equal to price. Non-small businesses must submit a subcontracting plan with specific goals for various small business categories. Offerors must submit proposals electronically via email, adhering to formatting and content limitations.
    This amendment revises specifications for the "The Dalles Oil Accountability Measures" project, focusing on a new oil accountability system at The Dalles Powerhouse. The project involves installing various sensors—magnetostrictive level, pressure transducers, and guided wave radar—across 22 main units, 2 fish units, and 2 station service units, specifically monitoring units MU10, MU16, FU01, and SS01. Key work includes procuring and installing equipment with integral temperature sensing, custom bollards, pipe guards, UL-508A listed remote I/O cabinets, and an Allen Bradley ControlLogix PLC. It also covers calibrating Government-furnished flowmeters and providing ancillary electrical equipment. Strict security and safety protocols are outlined, including background checks, NERC CIP training, and detailed commissioning plans. The amendment emphasizes adherence to safety regulations, environmental controls, and coordination with government personnel for all on-site operations.
    This government file outlines an amendment to a solicitation (W9127N26RA004) extending the offer due date to January 15, 2026, and revising the Basis for Award. It details submission requirements for proposals, including past performance, small business subcontracting commitments, and pricing. Offerors, especially large businesses, must submit a small business subcontracting plan with specific goals for various small business categories. The evaluation criteria prioritize past performance and price equally, with small business commitment also being a significant factor. The document specifies guidelines for submitting inquiries via ProjNet-Bid and clarifies the application of a 2% Federal excise tax on foreign contractors, noting that the USACE currently cannot withhold this tax but contractors are responsible for its remittance. Proposals must adhere to strict formatting and submission guidelines, including electronic submission via email.
    This document is an amendment to solicitation number W9127N26RA004, dated November 14, 2025, issued by the U.S. Army Corps of Engineers, Portland District. The primary purpose of this amendment (0002, effective December 11, 2025) is to update the wage determinations for Multnomah County, Oregon (OR20250079) and Klickitat County, Washington (WA20250050). All other terms and conditions of the original solicitation remain unchanged. The amendment also details supplementary conditions for contract administration, including guidelines on unauthorized instructions, employee identification, coordination with other contractors, submission of pay estimates, implementation of equipment guarantees, safeguarding of information, insurance requirements (Worker's Compensation, General Liability, Automobile Liability), public release of information, contractor performance evaluations, and the requirement for Performance and Payment Bonds. The contract will be administered by the U.S. Army Corps of Engineers, Vancouver Resident Office, with Jonathan Price as the designated Contracting Officer's Representative.
    The provided file contains a list of digitally signed names and associated dates, specifically JORDAN FINK, RYAN SOUDERS, PATRICK DUYCK, and LARRY DALE CASWELL JR. The dates span from June 2, 2025, to June 13, 2025. This document appears to be a record of digital signatures, likely indicating official approvals or acknowledgments within a government process, potentially related to federal RFPs, grants, or state/local RFPs where formal digital verification is required. The consistent format and digital signature details suggest an administrative log or part of an approval workflow rather than a narrative document.
    This government file from the U.S. Army Corps of Engineers, Portland District, outlines the electrical and mechanical systems for the Powerhouse at The Dalles Lock and Dam on the Columbia River, specifically focusing on "Oil Accountability." The document, dated May 2025, includes detailed wiring schematics, nomenclature for terminal equipment, apparatus, boxes, and service classifications. It specifies identification conventions for electrical circuits, conduits, and multi-conductor cables, alongside fiber optic cable identification. Key components listed range from switchboards and motor control centers to various pumps, valves, and monitoring systems. The file also provides a general plan view of the Powerhouse at elevation 111.50, identifying main units, fish units, and station service units, with a note on the distinction between "Old End Units" (1-14) and "New - End Units" (15-22). Additionally, it presents a general turbine overview, referencing specific bearings for units 1-14. The overall purpose is to provide comprehensive engineering documentation for the electrical and mechanical infrastructure related to oil accountability within the Powerhouse.
    This government file, likely an RFP or grant-related document from the U.S. Army Corps of Engineers, Portland District, details plans for "Oil Accountability" at The Dalles Lock and Dam Powerhouse on the Columbia River. The project involves both the installation and removal of equipment related to oil systems, particularly focusing on generator and turbine bearing oil. Key aspects include installing new oil accountability equipment at various elevations within the powerhouse, such as remote I/O racks for collecting oil sensor signals and flow meters, and integrating these with existing SCADA/HMI systems. The plan also specifies the removal of existing fittings and float switches for oil level monitoring in turbine bearings. The document emphasizes verifying dimensions and field-checking all conditions, highlighting a conceptual design for enhancing oil management and monitoring within the hydroelectric facility. This initiative aims to modernize and ensure efficient oil system operations and accountability.
    The document outlines a project by the U.S. Army Corps of Engineers, Portland District, for oil accountability at The Dalles Lock and Dam Powerhouse, specifically for Main Unit 10's thrust bearing tub and lower generator guide bearing. The project involves installing new equipment, including a magnetostrictive level sensor, stilling well/still pipe, pressure transducer, and ball valves, to monitor oil levels and pressure. Key tasks include providing a new stainless steel cover plate for the existing equipment, ensuring a PTFE gasket, and modifying existing components to fit new sensors. All fabrication and modification work must be performed away from oil-filled equipment to prevent contamination, and pipes must be leak-tested post-reassembly. The project emphasizes field verification of all conditions and dimensions, coordinating with the contracting officer for installation, and adhering to strict cleaning and safety protocols. Resource drawings and specifications sections 22 00 00 and 40 95 00 are referenced for detailed requirements, including the potential need to drain oil from the thrust bearing tub for installation.
    This document outlines the installation of a new magnetostrictive level transmitter with a vibration damper in the main unit 10 turbine guide bearing sump at The Dalles Lock and Dam Powerhouse, Columbia River, Portland, Oregon, as part of an oil accountability project for the U.S. Army Corps of Engineers. The project, designated as DRAWING NO. DD-20339-55, details specific installation requirements, including probe placement 1/2–1 inch above the sump's bottom surface and the provision of a direct probe insert with an NPT threaded fitting and a remote-mounted head with 25 feet of cable. Key instructions emphasize preventing contamination of bearing sumps or turbine oil during fabrication and modification work, ensuring all components are clean, and confirming exact installation locations with the contracting officer. The document also specifies that only the government may move oil drained from the sump. All fittings must be two-ferrule mechanical grip fittings, and compliance with specification sections 40 95 00 and 22 00 00 is required. The plan underscores the importance of field verification of all conditions prior to purchase and installation.
    The provided government files, DDP-1.002-3-10/5 and DDP-1.002-3-10/6, detail the installation of new pressure sensors and associated piping at The Dalles Lock and Dam, Columbia River Powerhouse, specifically for the Station Service Unit 01's oil accountability system. The first file focuses on the lower generator guide bearing sump, outlining the installation of a new normally open isolation ball valve, a new tee, a horizontal pressure sensor with a 0-20 PSI range, and re-installation of the existing drain valve. Key instructions include field verification, leak-testing, contamination prevention during work on existing copper piping, and using two-ferrule mechanical grip fittings. The second file addresses the turbine guide bearing sump, detailing the installation of a new pressure sensor with a 0-20 PSI range and remote display, along with stainless steel tubing and dielectric fittings. Both documents emphasize coordination with the Contracting Officer for exact installation locations, oil draining schedules, and adherence to specific sections of the project specifications (22 00 00 and 40 95 00). The overall purpose is to upgrade the oil accountability system, ensuring precise monitoring and preventing contamination of turbine oil.
    The document outlines a conceptual sketch and general notes for installing a pressure sensor system within the lower guide bearing assembly of Fish Unit 01 at The Dalles Lock and Dam Powerhouse. This project, part of the US Army Corps of Engineers' oil accountability initiative, involves removing existing components, installing new piping, a normally closed ball valve, a normally open isolation ball valve, and a pressure transducer with specific connection types. Key instructions include field-verifying all conditions, coordinating with the contracting officer for oil draining and fish unit outages, ensuring no contamination of turbine oil, and leak-testing piping. The pressure sensor must have a 0 to 20 PSI range with a female NPT connection. All fittings should be two-ferrule mechanical grip fittings. This project emphasizes meticulous installation procedures and coordination to maintain the integrity of the oil system and comply with environmental considerations.
    The document outlines the installation of a new magnetostrictive level sensor with a vibration damper in the Fish Unit 01 turbine bearing sump at The Dalles Lock and Dam Powerhouse. This conceptual sketch, part of the U.S. Army Corps of Engineers' oil accountability initiative, details the required components, installation guidelines, and critical considerations. Key instructions include ensuring the probe is 1/2"-1" from the sump's bottom, mounting the remote head for optimal sightlines, and coordinating fish unit outages with the Contracting Officer. The project emphasizes maintaining cleanliness, preventing contamination during installation, and adhering to specific material and fitting standards. It also references relevant specification sections and resource drawings for comprehensive guidance.
    The US Army Corps of Engineers, Portland District, is undertaking an Oil Accountability project at The Dalles Lock and Dam Powerhouse. This project involves installing a new lubrication oil supply header and associated sensors for oil distribution and monitoring. The plan details the installation of piping components, flow meters, temperature sensors (RTDs), and level transmitters for both clean and dirty lube oil tanks across various units (Main, Fish, and SS Units). Key requirements include using specific Unistrut components, ensuring piping cleanliness to prevent contamination, providing flanged pipe spools for flowmeter removal, and installing mounting brackets with seismic restraint. All flow meters must be calibrated before installation, and the header piping must be leak-tested. The project emphasizes adherence to design specifications and coordination with the Contracting Officer for oil movement.
    The provided government file, DDP-1.002_E-101XXX.dgn through DDP-1.002_E-107XXX.dgn, details the "OIL ACCOUNTABILITY" project for Main Unit 10 at The Dalles Lock and Dam Powerhouse, Columbia River. Designed by P. Keller, P.E. and submitted by P. Aguayo, the project involves the installation of new oil accountability equipment, including various sensors (71GA2, 71GA1, 71TB, 63LGB, 71TGB, 71GS, 63UGB, 63GS, FSI1) and associated conduit and cabling. Key aspects include routing sensor cables, installing an OMSR10 cabinet near the governor sump tank at EL 90.0', and integrating Allen Bradley Point I/O modules (1734-AENTR, 1606-XLS240E, 1734-OE4C, 1734sc-IE4CH, 1734-TOP) for monitoring oil levels and pressures in various components like the turbine, generator bearings, and governor tanks. The plan includes detailed schematics for power, analog input/output, and wiring, indicating connections to existing systems and new conduits for cable runs. The project is scheduled for completion by May 2025.
    The document details specifications and plans for the Main Unit Thrust Bearing Oil Cooler, right-hand assembly (Part No. 951-701) and associated components for the Dalles Lock and Dam. Key components include inner and outer tubes made of 90/10 Copper-Nickel with copper spiral fins, and top/bottom plate assemblies constructed from ASTM A36 Carbon Steel. The design specifies a 50 PSIG operating pressure and a 75 PSIG hydrostatic test. The file also outlines detailed welding procedures (WPS LAPCO-GTA-M-1-1 or WPS B2.1-1-234-2006), painting requirements (LPS-56), and torque specifications for header hardware (LPS-55). It includes revisions for design changes and updated tolerances. Additionally, the document provides an overview of the Dalles Lock and Dam facility, highlighting various elevations, rooms (e.g., Generator Room, Control Room, Oil Storage Room), and cable routing plans for units 1, 2, 9, 10, 11, 12, and 13, including governor cabinet details and electrical conduit layouts.
    The provided document appears to be a record of digital signatures and associated dates from various individuals, including Jordan Fink, Ryan Souders, Patrick Duyck, and Larry Dale Caswell Jr. The document details the digital signing activities, complete with unique identifiers for each individual and the specific dates and times (including time zones) when these signatures were applied in June 2025. Given the context of government files, RFPs, and grants, this document likely serves as an authentication record or an audit trail of approvals, reviews, or submissions related to official government processes.
    This government file, General Decision Number OR20250079, outlines prevailing wage rates and fringe benefits for heavy construction projects in Wasco County, Oregon, effective December 12, 2025. It details specific rates for various trades, including Millwrights, Carpenters, Electricians, Power Equipment Operators (with multiple groups based on equipment type), Ironworkers, Laborers, and Plumbers/Pipefitters. The document also includes wage rates for additional classifications like Carpenter (Form Work Only), Cement Mason, various Laborer roles, and numerous Operator and Truck Driver positions. Notably, it specifies zone differentials for projects located in different metropolitan areas and cities within Oregon and parts of Washington, influencing the applicable wage rates. The file also references Executive Orders 13706 and 13658, pertaining to paid sick leave and minimum wage for federal contractors, respectively. It concludes with guidelines on adding unlisted classifications and the wage determination appeals process.
    This government file, General Decision Number WA20250050, outlines prevailing wage rates and fringe benefits for heavy construction projects, including water and sewer line construction, in Klickitat County, Washington. It lists specific rates for various crafts such as Millwrights, Electricians, Power Equipment Operators (categorized into six groups with detailed classifications), Ironworkers, Laborers, Painters, and Cement Masons/Concrete Finishers. The document also details hourly zone pay differentials for Electricians and Cement Masons, based on distance from specified city centers, and provides wage rates for several 'SU' (Survey Rate) classifications like Carpenters, Fence Erectors, and various Operators. Additionally, it includes important notes on Executive Orders 13706 and 13658, pertaining to paid sick leave and minimum wage for federal contractors, respectively. The file concludes with an explanation of wage determination identifiers (Union, Union Average, Survey, State Adopted) and the appeals process for wage determination matters.
    Lifecycle
    Title
    Type
    Similar Opportunities
    John Day Dam Turbine Replacement and Generator Rewind (TRGR)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking contractors for the John Day Dam Turbine Replacement and Generator Rewind (TRGR) project located in Rufus, Oregon. The project involves designing and constructing up to sixteen new turbine runners and rewinding up to sixteen generators to enhance turbine reliability, increase fish survival rates, improve efficiency, and provide greater operational flexibility. This competitive procurement will utilize a two-phase design-build approach, with an estimated construction magnitude exceeding $500 million, and is set to be awarded as a fixed-price contract with economic price adjustments. Interested contractors should note that the tentative solicitation issuance date is by December 30, 2025, and must ensure they are registered in SAM.gov prior to submission. For further inquiries, contact Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    A-E HYDROGRAPHIC MAPPING AND SURVEYING SERVICES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is seeking responses from small business firms for architect-engineering (A-E) services related to hydrographic mapping and surveying. The procurement aims to gather information on the capabilities and qualifications of interested parties to inform future solicitation strategies, with a focus on various hydrographic and geodetic services, including single transducer and multi-beam surveys, side-scan sonar, and environmental monitoring. This contract, anticipated to be advertised in April 2026, will be awarded in accordance with the Brooks A-E Act, and interested firms must submit their qualifications and relevant project examples by January 5, 2026, at 3:00 p.m. Pacific Time, to Kristel Flores and Alicia Evans via email. Firms must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Industry Day - USACE Portland District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is hosting an Industry Day on January 22, 2026, at their headquarters in downtown Portland, Oregon. This event aims to inform potential contractors about upcoming opportunities, including construction projects related to the White City VA Design-Build, John Day Dam Program, and various marine construction and metal fabrication contracts. Attendees will have the chance to engage with Contracting Officers, participate in discussion panels, and access resources for small businesses, with registration required to attend. For more information, interested parties can contact Jaren Bowman at Jaren.L.Bowman@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    McNary Dam Staff Gauges
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of custom-built staff gauges for the McNary Navigation Lock & Dam in Oregon. The procurement involves two sets of staff gauges, with specific dimensions ranging from 258 to 275 feet and 335 to 343 feet, constructed from 16-gauge enameling iron with a porcelain enamel finish, and must include detailed drawings with proposals. These gauges are critical for monitoring water levels and ensuring the operational efficiency of the dam, with a requirement for delivery within fifteen weeks of contract award. Interested contractors must submit their proposals via ProjNet by January 6, 2026, and can contact Callie Rietfors at callie.rietfors@usace.army.mil or 509-527-7280 for further information.
    West Coast Hopper Maintenance Dredging 2026
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Portland District, is preparing to issue a firm-fixed price Invitation for Bids (IFB) for the West Coast Hopper Maintenance Dredging 2026 project. This procurement involves the provision of a hopper dredge and support equipment to conduct maintenance dredging at various locations, including Humboldt Bay Bar and Entrance in California, and the Mouth of the Columbia River in Oregon and Washington, with an estimated total of 3,200,000 cubic yards of mandatory dredging and additional optional work totaling 1,600,000 cubic yards. The project is significant for maintaining navigational channels and ensuring waterway safety, with a contract value anticipated between $25 million and $100 million. Interested bidders should note that a virtual pre-solicitation meeting is scheduled for January 12, 2026, and the final solicitation will be available around January 20, 2026, with bids due 30 days after advertisement. For further inquiries, contact Julia Carlton at julia.b.carlton2.civ@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
    McNary Lock and Dam Elevator Maintenance Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Walla Walla District, is seeking contractors for the McNary Lock and Dam Elevator Maintenance Services. This procurement involves a hybrid service contract that includes both Firm-Fixed-Price (FFP) and Time and Materials (T&M) components, aimed at ensuring the operational efficiency and safety of the elevator systems at the dam. The services are critical for maintaining the infrastructure that supports navigation and flood control in the region. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and further details will be available in the upcoming solicitation on sam.gov. For inquiries, contact Victoria Conway at victoria.l.conway@usace.army.mil or call 509-527-7449.