Point of Contact: Contract Specialist Monique Paano at Monique.a.paano@usace.army.mil
US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources to supply Exciter Parts for Chief Joseph Dam, Bridgeport, WA
Proposed contract will be a firm fixed-price contract.
The North American Industry Classification System (NAICS) code for this project is 335312, Motor and Generator manufacturing, and the associated small business size standard is 1,250 employees.
This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice.
MATERIALS REQUIRED: New equipment only; no remanufactured or “gray market” items. All items must be covered by manufacturer’s warranty.
Two (2) ABB exciter PEC800 Modbus TCP, 30M, 10k FPGA Typ. PP D113B, ABB part number 3BHE0237
One (1) ABB exciter CCI Converter Control PC D231 B01, ABB part number 3BHE0255
REQUIREMENTS:
Interested firms should submit a capabilities package, to include the following:
1. Firm's name, address (mailing and URL), point of contact, phone number, email address.
2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business).
4. CAGE code and UEI number.
5. Firm's Joint Venture Information, if applicable.
6. Delivery time – After receipt of order, can you deliver within 120 days? If not, what’s the timeframe for delivery?
7. Country of Origin for the supplies.
This research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under the sources sought announcement.
The official Synopsis citing a solicitation number will be issued on the System for Award Management (SAM) www.sam.gov website inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued.
SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 29 July 2025. Submit responses to the attention of Monique Paano, Contract Specialist, by email: monique.a.paano@usace.army.mil.
All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.