This Sources Sought announcement is a tool to identify businesses with the capability to accomplish the prospective construction project and is for informational/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. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow up information. 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 purpose of this Sources Sought announcement is to gain knowledge of potentially qualified businesses to include Other Than Small Business (Large), Small Business, 8(a) Program, Woman Owned Small Business, Economically Disadvantaged Women Owned Small Business (EDWOSB), Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237990 with a Small Business Size Standard of $45 Million. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions.
Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on www.sam.gov. Responses to this announcement are not an adequate response to any future solicitation announcement.
PROJECT DETAILS:
US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for the following construction project:
Chief Joseph Dam Station Service Exciters, Bridgeport, WA
The purpose of this project is to replace the existing excitation system for both station service generators at the Chief Joseph Project. The existing General Electric analog static excitation system installed in 1987 is no longer supported by the manufacturer and is obsolete.
Scope of Work Summary
The principal components of work consist of designing, furnishing, installing, and testing and commissioning the replacement of existing station service unit excitation systems with digital static excitation systems. Summary of work includes:
Remove and dispose of the following:
• Existing excitation systems (SX01, SX02) and power potential transformers (PPT01, PPT02).
• Power conductors (600V and 5,000V) and associated conduit
- 5 kV cables for PPT power source
- DC cables from exciter to generator brush rigging
• Excitation and metering potential transformers (PTs)
• Existing interface cables, conductors, and exposed conduit.
• Excitation system associated control switches, meters, and indicating lights.
• Generator meters for amperes, volts, watts, and vars.
Furnish, install, and test the following:
• Digital static excitation systems.
• Power conductors (600V and 5,000V) and associated conduits
• PPTs
• PTs
• Provide interface, control, and annunciation cabling and design for a turn-key installation.
• Excitation system associated control switches, meters, and indicating lights.
• Generator meters for amperes, volts, watts, and vars.
The primary design change involves relocating the excitation transformer to be in-line and close-coupled with the new excitation cubicles in the updated layout. Station Service Main Turbine Component project will replace excitation feedback instrumentation current transformers (CT).
Control room devices and interface are not included in the scope of this project. They are planned for removal by Government personnel. The excitation Contractor will disconnect circuits from the S0 board to the SC boards.
Proposed construction project will result in a firm fixed price (FFP) award. Construction magnitude is estimated to be between $1,000,000 and $5,000,000. Payment and performance bonds in the full dollar amount of contract award will be required.
The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $45,000,000 in average annual receipts.
Point of Contact: Contract Specialist Londres Medranda at londres.medranda@usace.army.mil
Part I, Business Information: Please provide the following business information for your firm and/or for any teaming or joint venture partners in your response to this Sources Sought.
1. Firm Information.
a. Firm Name
b. Commercial and Government Entity Code (CAGE) or Unique Entity Identifier (UEI)
c. Phone Number
d. Email Address
e. Firm’s Point of Contact
- Name
- Title
- Telephone Number
- Email Address
2. Firm’s Business Size Standard. Identify your firm's business size standard based on the primary NAICS code of 237990 to include all socioeconomic categories (e.g., large business, small business (including, 8(a) Business Development Program, Small Disadvantage Business, Service-Disabled Veteran-Owned, Women-Owned, and Historically Underutilized Business Zone Small Business concerns, etc.). For more information, refer to http://www.sba.gov/.
3. Identify if your firm intends to team or subcontract any work under this requirement, and what is the anticipated percentage of work you are capable of in your own right and what percentage you are subcontracting:
__Large Business (LB)____%
__Small Business (SB)____%
__Small Disadvantaged Business (SDB)____%
__Woman-Owned SB (WOSB)____%
__Veteran-Owned SB (VOSB)____%
__Service-Disabled VOSB (SDVOSB)____%
__Historically Underutilized Business Zone (HUBZone)____%
Part II, Capability Questions:
- Briefly describe the capabilities of your firm and nature of the services you provide including experience with excitation systems.
- Describe your firm's experience on previous projects similar in size, scope, and complexity to this effort (within the last 8 years).
Project information submitted shall contain:
- Project Name/Title
- Contract Number
- Contract awarded amount
- Project location
- Project start date
- Project completion date
- Completed project’s scope and complexity
- CPARs or performance rating.
- Explanation as to how the work performed on the example project relates to the scope for this prospective project
3. Bonding Limits Information.
Single Bond ($)
Aggregate Bond ($)
4. Provide other input/feedback/consideration from industry on procurement planning and construction execution.
5. Are there any market conditions or industry practices that you feel the Government needs to be aware of?
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 to this announcement.
Submit responses to: Londres Medranda, Contract Specialist via email at londres.medranda@usace.army.mil. Responses should be sent as soon as possible, but no later than 12:00 PM PDT, 7 August 2025.
All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract.
Small Business Program Inquiries:
Enshane Hill-Nomoto: Enshane.Nomoto@usace.army.mil
https://www.nws.usace.army.mil/Business-With-Us/Small-Business/