Loading...
W9127N26SS070
Response Deadline
May 19, 2026, 9:00 PM(PDT)14 days
Eligibility
Contract Type
Sources Sought
Sources Sought Number: W9127N26SS070
Subject: Sources Sought for TDA Isolated Phase Bus & Duct Inspection
PSC: H261 Equipment and Materials Testing- Electric Wire and Power Distribution Equipment
NAICS: 541380 Testing Laboratories and Services with a small business size standard of: $19,000,000.00.
General. This is a Sources Sought and is for informational/market research purposes only. This is not a Request for Proposal, Quotation, or Invitation for Bid, nor a Solicitation under RFO Subpart 5.2.
This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.
Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.
Formal Sources Sought Response Due – 19-May-2026 at 2:00 pm PDT.
Project Background. The US Army Corps of Engineers – Portland District has a requirement to solicit commercial services to test the condition of the Isolated Phase Bus and Duct System at The Dalles Dam (TDA) in The Dalles Oregon as identified in the attached Performance of Work Statement (PWS) draft. This is a non-personal service requirement. Services are non-professional in nature and do not anticipate compliance with Brooks Act provisions.
Project Scope. The Contractor will provide all technical expertise, labor, equipment, supervision, and incidentals required to perform online condition assessment testing of the 22 IPB systems while carrying near-rated current. All online work will be coordinated with facility outages and occur during the work windows listed in Section 3.5.2 Work Windows.
The Contractor will provide all technical expertise, labor, equipment, supervision, and incidentals required to perform detailed offline condition assessment of IPB systems during scheduled outages. All offline work will be coordinated with facility outages and occur during the work windows listed in Section 3.5.2 Work Windows.
The Government will open and remove all access hatch panel doors before the first date of each Main Unit’s offline test and inspection listed above in Section 3.5.2 Work Windows. The government will set the panel doors on the ground adjacent to each access panel. The contractor will abate and conduct offline testing and inspecting during the dates listed above in the PWS Section 3.5.2 Work Windows.
The Contractor will abate all panel door gaskets because each gasket contains Asbestos-Containing Material (ACM). The Contractor will dispose all ACM off government property at approved facilities. After abatement, the Contractor will leave the panel doors on the ground because the Project Staff will install new gaskets on each panel door and will re-install all panel doors on the access hatches. The Project staff will install the new gaskets after the contractor concludes offline tests and inspections. The Project Staff estimated there are about 100lbs of ACM gaskets at TDA. This ACM is Chrysotile (type of ACM). The contractor will dispose of asbestos material off Government Property at approved facilities.
Project Specific Constraints and Challenges:
a. This requirement will need a CMMC Level 2 (self) certification for the protection of Controlled Unclassified Information (CUI).
b. Please see PWS draft section 3.2 for additional constraints and challenges.
Questions for Industry:
a. Is there anything in our PWS that would discourage you from bidding?
b. Is there anything in our PWS that would cause enhanced pricing uncertainty?
c. Are there any market conditions or industry practices that you feel the government needs to be aware of?
d. Are there any technical requirements or testing conditions in the PWS that you consider impractical or challenging to implement, and if so, what alternative approaches would you recommend?
e. Are there any emerging industry standards, technologies, or best practices for IPB testing that we should incorporate into the PWS?
f. Are the work window timeframes on the PWS for the Online and Offline test and inspection suitable for you to complete the required scope of work? If not, please elaborate.
g. Are there any requirements for contractor required personnel that are challenging to implement? If so, what alternate requirements would you recommend?
Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W9127N26SS070. Please email to Cory Pfenning, Contracting Officer, at cory.r.pfenning@usace.army.mil and Nicholas Weaver, Contract Specialist, at Nicholas.E.Weaver@usace.army.mil before 2:00 pm PDT on 19-May-2026.
Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and shall include the following information:
a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.
b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).
c. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges.
d. Provide a minimum of 1 project example and a maximum of 3 project examples of similar size, scope and complexity to the project scope provided in this Sources Sought. For Joint Ventures, please include projects completed by the Joint Venture entity if applicable. Include the following information with your submission of the similar project(s) your firm has completed:
Please complete the included TDA Isophase Industry Commerciality Survey and return along
with your responses to this Sources Sought.
Disclaimer and Important Notes.
This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted.
All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
Attachments:
Cory Pfenning
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION NORTHWESTERN
ENDIST PORTLAND
W071 ENDIST PORTLAND
W071 ENDIST PORTLAND
KO CONTRACTING DIVISION
333 SW FIRST AVE
PORTLAND, OR, 97204-3495
NAICS
Testing Laboratories and Services
PSC
EQUIPMENT AND MATERIALS TESTING- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT