1. 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.
Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.
The North American Industrial Classification Code (NAICS) for this requirement is: 237990, Other Heavy and Civil Engineering Construction
The related size standard is: $45 million.
Formal Sources Sought Response Due – 03 OCT 2025 at 3:00 pm Pacific Time.
2. Project Background.
The National Marine Fisheries Service’s (NMFS) 2008 Biological Opinion (BiOP) for the Willamette Valley (RPAs 4.6 and 6.1.2) requires that the Dexter facility be upgraded to meet the requirements of the 2011 NMFS Anadromous Salmonid Passage Facility Design Document (updated in 2022) and best available technology. The Reasonable and Prudent Alternative (RPA) Measure 4.6 states that the Action Agencies will design, construct, install, operate, and maintain new or rebuilt adult fish collection, handling and transport facilities at the Dexter Fish Facility. RPA Measure 6.1.2 states that the Action Agencies will improve fish collection facilities associated with the hatchery mitigation program; including salmonid ladders, traps, holding, and acclimation facilities associated with the hatchery broodstock collection and out planting programs.
Dexter Adult Fish Facility currently has an existing unscreened gravity water supply system. There is an ongoing effort to upgrade the facility to meet Willamette BiOP and NMFS design criteria.
3. Project Scope.
a. The following information represents the project objectives:
- The project scope includes the installation of a juvenile exclusion screening system at the Dexter Adult Fish Facility water supply intake (an unscreened gravity water supply) for a minimum flow capacity of 245 cubic feet per second (cfs) at a 0.33 ft/s approach velocity.
- Fabrication and installation of two retrievable mechanical brush-cleaned tee screens with external jetting capability. The screen manufacturer will be defined per a Justification and Approval (J&A) document).
- Fabrication and installation of all required equipment to operate and maintain the screens (hoists, rolling trolley system, retrieval rail
- Installation of custom control system for screens and all required electrical.
- Design, fabrication and installation of all structural features for mounting the screens to the face of the dam, in coordination with the screen manufacturer.
- Fabrication and installation of a maintenance platform and associated platform access features.
- Underwater demolition and removal of a 7 cubic yards section of submerged rock face at a depth of approximately 40 feet below the surface of the reservoir.
- Optional contract item: debris removal in the reservoir, prior to screen installation.
b. Anticipated Construction Schedule: CENWP intends to advertise (0426) and award (0626) Construction Contract with estimated construction completion by the end of calendar year 2028.
c. Estimated Construction Cost (ECC): The current ECC is between $5,000,000 and $10,000,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude.
d. Number and Type of Contracts: NWP contemplates awarding one (1) Firm-Fixed Price Construction contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels.
e. Anticipated Source Selection Process: The expected method to determine the best value to the government is Invitation for Bid.
4. Project Specific Constraints and Challenges:
a. Installation of the screen system must occur within the In-Water-Work (IWW) period. The IWW period established for this contract is February 16 through May 15. The Dexter Adult Fish Facility (AFF) can be out of service during the IWW period. The screen system needs to be fully operational by May 16 when the AFF is placed back in service.
b. For purposes of this Contract, work items that must be restricted to the IWW period include: all work involving barges or other floating plants, all work in the Dexter Reservoir.
c. The turbine unit and northern most spillway gate will be taken out of service for the entire IWW period. Dive operations will be suspended if a high flow event occurs that requires the Government to open the northern most spillway gate and/or the turbine units. A suspension of dive operations would be considered a differing site condition.
d. Outages required to a generator or line outside of the IWW period require an equipment outage request at least 100 calendar days in advance of the time required.
e. The operational areas of the deck gantry crane may be blocked for construction laydown during the IWW period. All items stored in this area must be easily moveable in the case of emergency. Do not store any items on the spillway hatches.
5. Questions for Industry:
- Is there anything in our SOW that would discourage you from bidding?
- Is there anything in our SOW that would cause enhanced pricing uncertainty?
- Are there any concerns with schedule or project specific constraints?
- Are there any market conditions or industry practices that you feel the government needs to be aware of?
6. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – Dexter Dam Adult Fish Facility Intake Screen Upgrade. Please email to Cory Pfenning, Contracting Officer, at Cory.R.Pfenning@usace.army.mil and Joseph Jarvis, Contracting Specialist, at Joseph.B.Jarvis@usace.army.mil, before 3:00 pm Pacific Time on 03 OCT 2025.
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.
d. A description of work performed under similar project constraints and challenges listed under paragraph 3.
e. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):
- To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1) fish facility intake screen project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:
- Project Title
- Contract Number
- Contract award date
- Customer name, phone number and email address
- Prime or Subcontractor
- Initial contract dollar value
- Final contract dollar value
- Initial contract completion date
- Final contract completion date
- Customer satisfaction
The Government may verify information in CPARS or PPIRS.
f. Firm's Joint Venture information if applicable - existing and potential.
g. Firm's Bonding Capability in the form of a letter from Surety.
h. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)
i. Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of.
7. Disclaimer and Important Notes.
a. 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.
b. 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.
8. Attachments:
a. Draft Plans and Spec’s