Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2026 SAM #8846
SOLICITATION NOTICE

Y -- Chief Joseph Dam Station Service Exciters

Notice Date
2/12/2026 4:56:54 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW26RA003
 
Response Due
3/2/2026 5:00:00 PM
 
Archive Date
03/17/2026
 
Point of Contact
Londres Medranda, Camilla Allen
 
E-Mail Address
londres.medranda@usace.army.mil, camilla.allen@usace.army.mil
(londres.medranda@usace.army.mil, camilla.allen@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Pre-Solicitation should be submitted in writing to the Point of Contact indicated below. CONSTRUCTION PROJECT: Chief Joseph Dam (CJD) Station Service Exciters, Bridgeport, Washington The magnitude of construction is estimated to be between $1,000,000 to $5,000,000. The Government intends to award one Firm Fixed Price (FFP) construction contract. POINT-OF-CONTACT: The points-of-contact for administrative questions are Londres Medranda at londres.medranda@usace.army.mil and Camilla Allen at camilla.allen@ucase.army.mil. No phone calls will be accepted. All questions must be submitted in writing. SITE VISIT: A Pre-proposal site visit is tentatively scheduled for 15 April 2026 at 9:00 AM PDT at Chief Joseph Dam, Bridgeport, WA 98813. In order to attend the site visit, all interested offerors MUST submit the �Request for Visitation Authority (RVA)� form attached to this announcement. Due to the time required to process, all interested offerors must submit the form no later than 12:00 PM PDT on 13 March 2026. Late respondents, those not pre-registered, or those not providing the correct information will not be granted access to the site. Participation is limited to two representatives from each interested entity. Site visit date may be subject to change. Return forms to Sarah Malowicki at sarah.m.malowicki@usace.army.mil AND Londres Medranda at Londres.medranda@usace.army.mil. OVERVIEW: 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. Control room devices and interface are not included in the scope of this project. They are planned for removal by Government personnel. The Government intends to solicit this requirement as a Request for Proposal (RFP). The NAICS code for this procurement is 237990 Other Heavy and Civil Engineering Construction, and the associated small business size standard is $45,000,000 in average annual receipts. The Product Service code is Y1PZ Construction of Other Non-Building Facilities. The estimated contract period of performance is approximately 550 calendar days. All responsible sources may submit a proposal which will be considered by the agency. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the SAM website at https://sam.gov and the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to https://sam.gov and add the solicitation to your watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the posting for this solicitation on the SAM website. The SAM Response Date listed elsewhere in this notice is for SAM archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing must be registered in the System for Award Management (SAM) database prior to award of a contract and remain active for the duration of the contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at https://sam.gov. Contractors are encouraged to register as soon as possible. New contracts can be made ONLY to contractors who are registered in SAM. The scope of this effort requires the contractor and/or subcontractor information system to process, store, or transmit FCI or CUI, and requires the contractor and/or subcontractor to comply with Cybersecurity Maturity Model Certification (CMMC) requirements. The Contractor shall have and maintain for the duration of this contract a current CMMC status at the following CMMC level, or higher: CMMC Level 1 (Self) for all information systems used in performance of the contract that process, store, or transmit FCI or CUI. See DFARS 252.204-7021 �Contractor Compliance With the Cybersecurity Maturity Model Certification Level Requirements�, for the definitions, requirements, reporting, and subcontract information for this proposed contract. Small Business Program Inquiries: Enshane Hill-Nomoto: Enshane.Nomoto@usace.army.mil https://www.nws.usace.army.mil/Business-With-Us/Small-Business/
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e2204c98bc394edab778101799fea866/view)
 
Place of Performance
Address: Bridgeport, WA, USA
Country: USA
 
Record
SN07714389-F 20260214/260212230042 (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.