Loading...
PAN26P29638
Response Deadline
May 5, 2026, 3:00 PM(PDT)14 days
Eligibility
Contract Type
Sources Sought
General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR 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.
The North American Industrial Classification Code (NAICS) for this requirement is: 237990.
The approximate value of the Estimated Construction Cost (ECC) will be from $100,000.00 to $1,000,000.00.
Formal Sources Sought Response Due – before 8:00 am PDT on 5 May 2026.
Project Details and Background.
This project is to renovate the existing Fish Collection Facility on the Toutle River to meet the current BiOP requirements. The renovation of the Toutle Fish Collection Facility is a mitigation requirement to the raising of the Crest on the Sediment Control Structure
Project Scope.
The project scope would be the renovation of the Facility. As part of the renovation there will be a new System Acquisition and Control System (SCADA) consisting of hardware and software The primary purpose of this control system is to monitor and maintain the proper water levels on the newly constructed fish ladder to attract fish into the facility. Since the software used with the new SCADA system will be developed by USACE, electrical engineering department, the contractor supplied hardware must be capable of executing this government generated software. The software used by the government is Allen Bradley Studio 5000.
Anticipated Construction Schedule: CENWP intends to advertise in February 2027 and award in May 2027. Construction Contract with estimated construction completion by the end of calendar year 2027.
Estimated Construction Cost (ECC): The current ECC is between $100,000.00 and $1,000,000.00.
Number and Type of Contracts: NWP contemplates awarding one (1), Firm Fixed-Price contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels.
Anticipated Source Selection Process: The expected method to determine the best value to the government is Invitation for Bid.
Project Details: The following information represents the project objectives:
Hardware to accept 4-20mA sensor inputs, hence requiring an analog input module.
Hardware to accept 0 to 24VDC digital inputs, hence requiring an digital input module.
Hardware to control 0 to 24VDC digital outputs, hence requiring an digital output module
Hardware to have a module with multiple relay outputs
Main controller to operate over Ethernet/IP protocol using CAT6 hardware
Hardware to control devices using Ethernet/IP protocol
Hardware to include a 15” Human Machine Interface (HMI)
Hardware to include variable frequency drives (VFD or ASD) operating motors from 3 hp to 50 hp
Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically via email with supporting documentation requested here in Section 4 Submission Instructions. Submit your email with SUBJECT: Sources Sought – Toutle Fish collection Facility. Please email to Justin F. Figueredo, Contracting Officer, at justin.f.figueredo@usace.army.mil and David M. Cook Contracting Specialist, at david.m.cook@usace.army.mil, before 8:00 am PDT on 5 May 2026.
Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and shall include the following information:
An explanation of the equipment that you can provide
Provide a list of projects where your equipment has been used
Show that your PLC equipment can run software: Allen Bradley Studio 5000
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.
David Cook
Justin Figueredo
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
Other Heavy and Civil Engineering Construction
PSC
REPAIR OR ALTERATION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES
Set-Aside
No Set aside used