Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2026 SAM #8845
SOURCES SOUGHT

99 -- John Day Unit 8 Asbestos Abatement

Notice Date
2/11/2026 1:16:02 PM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N26R1B83
 
Response Due
2/25/2026 3:00:00 PM
 
Archive Date
03/12/2026
 
Point of Contact
Jessica Manley
 
E-Mail Address
jessica.manley@usace.army.mil
(jessica.manley@usace.army.mil)
 
Description
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: 562910 Remediation Services The related size standard is: $25,000,000. Formal Sources Sought Response Due � 25FEB2026 at 3:00 pm PST. Project Background. The work site is located at John Day Dam. Contractor access to the work site will be from I-84 Exit 109. The abatement is needed due to a fire within the Unit that spread asbestos dust within the barrel of the Unit. Project Scope. Asbestos Abatement will be performed within Unit 8 at John Day Powerhouse. Work is planned to be within the generator of the unit. The base contract will include mobilization/demobilization, abatement of all accessible areas within the air housing, and testing of a couple coolers and air shrouds. As determined by the coolers and air shrouds testing, if asbestos is present, the government operating project staff will unstack the unit. The optional work will include the Contractor tenting off the rotor and performing additional asbestos abatement on the rotor and stator. Anticipated Construction Schedule: CENWP intends to advertise April 2026 with an anticipated award September 2026. Estimated Construction Cost (ECC): The current ECC is between $500,000 and $1,000,000. Number and Type of Contracts: NWP contemplates awarding one 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. Anticipated Source Selection Process: The expected method to determine the best value to the government is IFB. Project Specific Constraints and Challenges: CMMC Level 2 Self Certification will be required. Contractors will need to be �Certified� to review any CUI Invitation for Bid documents and have a �Conditional Status� in order to receive an award. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � JD Unit 8 Asbestos Abatement. Please email to Jessica Manley, Contracting Specialist, at Jessica.Manley@usace.army.mil and Nicole Adams, Contracting Officer, at Nicole.A.Adams@usace.army.mil, before 3:00 pm Pacific Standard time on 25 FEB 2026. Interested parties� responses to this Sources Sought shall be limited to four (4) pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. 2. 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). 3. 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. Include current CMMC Level or timeline to obtain required level. 4. A description of work performed under similar project constraints and challenges listed under paragraph 3. 5. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available). Note these examples are used to determine if the government can acquire this using a Set-aside: To be considered for a potential set aside strategy, it is recommended contractors provide a minimum of one (1) and maximum of three (3) projects and be certified in removing asbestos. These project examples should 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. Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertisement and performance dates) Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. Disclaimer and Important Notes. 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9853d1d250ed4e84a9bd70a90700afa6/view)
 
Place of Performance
Address: The Dalles, OR, USA
Country: USA
 
Record
SN07713624-F 20260213/260211230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.