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
The related size standard is: $45,000,000.
Formal Sources Sought Response Due – 18 September 2025 at 3:00 pm PDT.
2. Project Background. Prior work on fish pump No.3 included replacement of the lower pump shaft, true-up machining of the upper pump shaft, true-up machining of the upper and lower bearing mounting flanges and spigot bores on the cover plate and diffuser, and true-up machining of the diffuser extension cone. The propeller itself had its blade tips built up with weld and re-machined a proper clearance (nominally 1/8" radial clearance) to the pit liner. In addition, the propeller center bores were true-up machined for proper fit (0.004-0.006" clearance) to the new lower shaft. The upper and lower bearings were fitted with greaseless bearing liners and the shafts existing stainless bearing journals were replaced with spares originally manufactured by Worthington Pump. work will be replicated for pump No.2 and possible pump No.1.
3. Project Scope. The U.S. Army Corps of Engineers, Portland District (NWP), is seeking sources with the capability to perform major mechanical rehabilitation work on large vertical turbine pumps associated with fish passage facilities at John Day Dam, located on the Columbia River near Rufus, Oregon. This requirement will address urgent reliability issues with the John Day South Fish Ladder turbine pumps.
The project will include the removal, refurbishment, and replacement of major components of Fish Pump Units 1 and 2, including but not limited to shafts, bearings, bearing brackets, and right-angle drive gearboxes. Work will require field disassembly of existing equipment, transport of components for off-site shop repair, precision machining, fabrication of replacement parts, and final reinstallation and alignment to manufacturer specifications.
a. The following information represents the project objectives:
i. Removal and replacement of damaged pump shafts and bearings.
ii. Repair-by-replacement of approximately 1000 horsepower class power transmission and reduction gearbox.
iii. Precision machining (true-up) of shafts, bearing housings, and diffuser components.
iv. Installation of greaseless bearing liners and replacement of stainless-steel bearing journals.
v. On-site reassembly, shaft alignment, gearbox installation, and system balancing.
vi. Testing of the completed pump unit(s) to verify functional performance.
vii. Delivery of updated operation and maintenance manuals, drawings, and spare parts.
b. Anticipated Construction Schedule: CENWP intends to advertise November 2025 and award January 2026 Construction Contract with estimated construction completion by the end of calendar year 2027.
c. Estimated Construction Cost (ECC): The current ECC is between $1M and $5M. 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 Priced 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 (IFB)
4. Project Specific Constraints and Challenges:
a. Only one pump will be allowed out of service at a time. If the option for the second pump is exercised, all work including testing, balancing and commissioning must be completed on the first and it must be broken in for service before the second pump is removed from service.
5. Questions for Industry:
a. Is there anything in our SOW that would discourage you from bidding?
b. Is there anything in our SOW 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. Is a schedule assuming a six-month lead time for procurement of a power transmission and reduction gearbox in the 1000hp size class reasonable?
6. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W9127N26SS001. Please email to Cory R. Pfenning, Contracting Officer, at Cory.R.Pfenning@usace.army.mil and Nicholas E. Weaver Contracting Specialist, at Nicholas.E.Weaver@usace.army.mil, before 3:00 pm Pacific Standard time on 18 September 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), project(s) that include the following characteristics.
1. rehabilitation or repair of large-scale hydraulic turbines, pumps, gearboxes, shafts, and bearing replacements
2. specialized machinery, tooling, and skilled labor needed for disassembly, transport, off-site repair, machining, reassembly, balancing, and testing of heavy pump components
3. similar heavy mechanical rehabilitation or dam repair projects,
- 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 Scope
b. Industry Day Presentation.