USACE Pittsburgh District (LRP) requests the response of all capable contractors interested in furnishing all labor, equipment, devices, and materials to perform all work necessary to replace the existing main electric service from the power company’s meter pole to the Automatic Transfer Switch (ATS) in Kinzua Dam in Warren, PA.
The existing electrical service is a partly underground system beginning at the electric meter on wood panel next to the meter pole that then travels underground to a disconnect switch located on the exterior of the dam (see contract drawings), then travels through rigid metal conduit on the exterior of the dam and ends at the automatic transfer switch in the interior of the dam. The existing underground power service conductors have failed and have been bypassed with a temporary aerial service, while the remaining cables from the disconnect switch on the dam to the ATS have very low insulation resistance values. All the power conductors from the meter to the ATS shall be removed and disposed of and new power cable installed in the existing conduits. The underground conduit shall be replaced in its entirety, and the disconnect box at the end of dam shall be replaced with a new pull box. The contractor shall be required to remove the temporary power feed at the completion of the work, arrange for all required inspections, and arrange for the electric utility company, Penelec, to reconnect commercial power. The work also includes bituminous pavement removal, trenching and installation of underground conduit, trench backfilling and other incidental work.
Note: This is a “sources sought” notice for planning purposes only. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future solicitation.
If this effort is set aside, FAR clause 52.219-14(e)(4), Limitations on Subcontracting, will apply. The contractor agrees that it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
The solicitation will be conducted under NAICS code 238210 with an associated small business size standard of $19,000,000 average annual revenue. No set-aside determination has been made at this time.
DESCRIPTION
Capable sources are sought to replace the existing main electric service from the power company’s existing meter pole to the Automatic Transfer Switch (ATS) at Kinzua Dam in Warren, PA. The anticipated period of performance is 120 days.
The contractor shall furnish all labor, equipment, devices, and materials and perform all work in accordance with the specifications.
The contractor shall comply with all applicable federal, regional, state, and local laws and commercial standards.
The above description of work is for general information only and is not intended to include or describe every feature of the work or to define the complete scope of the work.
RESPONSE PROCEDURE
To assist with planning, the GOV requests interested contractors submit the following by 12:00 p.m. EDT, 12 September 2025:
(1) A positive statement of intent to submit a bid or proposal for this solicitation as a prime contractor. Include a description of how the 75 percent subcontracting requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for.
(2) A capability statement.
(3) Dated letter, certification, or registration in the appropriate program repository from the appropriate competent jurisdiction that evidences SB, 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification, such as an SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.);
All the above must be submitted in sufficient detail for a decision to be made on the availability of interested SB, 8(a), HUBZone, WOSB, or SDVOSB concerns. Failure to submit all the information requested may result in a contractor being considered ‘not interested’ in this requirement.
Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Raelyn Day, Contract Specialist, at raelyn.m.day@usace.army.mil , and copy Leanna Lesefka, Contracting Officer, at leanna.c.lesefka@usace.army.mil.