Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2026 SAM #8852
SOLICITATION NOTICE

U -- Reliability Centered Maintenance (RCM3) Training & Pilot Study

Notice Date
2/18/2026 10:15:11 AM
 
Notice Type
Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW26QA023
 
Response Due
3/18/2026 12:00:00 PM
 
Archive Date
04/02/2026
 
Point of Contact
Della S. Overton, Phone: (206) 764-6170, Camilla Allen
 
E-Mail Address
della.s.overton@usace.army.mil, camilla.allen@usace.army.mil
(della.s.overton@usace.army.mil, camilla.allen@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
USACE NWS RCM Training and Pilot Study 1. INTRODUCTION 1.1 Background The Federal Columbia River Power System (FCRPS) is committed to delivering low-cost, reliable power to the Pacific Northwest through effective asset lifecycle maintenance. One of the core methodologies supporting this mission is Reliability Centered Maintenance (RCM), which originated in the airline industry during the 1960s and was formalized in a 1978 report to United Airlines by the U.S. Department of Defense (MSG-3). Since then, RCM has been widely adopted across industries�including nuclear energy and defense�for its systematic approach to optimizing maintenance based on equipment performance, safety, and operational risk. Traditional maintenance practices at the U.S. Army Corps of Engineers (USACE) have historically been based on original equipment manufacturer (OEM) recommendations or inherited standards. These often result in excessive or ineffective maintenance activities. By implementing RCM, USACE seeks to realign maintenance efforts to better identify and address true failure modes, increase reliability, and reduce maintenance overhead. 1.2 Purpose This Statement of Work (SOW) defines the requirements for professional facilitation services to support USACE's RCM3 Training and Pilot Study at Chief Joseph Dam. The effort includes foundational training and guided application of RCM principles to a selected asset, with the intent of building internal capacity and informing broader programmatic adoption. 1.3 Objectives: Establish a service contract with a qualified RCM3 facilitator to support pilot implementation. Deliver training to subject matter experts (SMEs) and facilitators on RCM fundamentals and the structured RCM3 methodology. Pilot the application of RCM3 on a selected asset to assess feasibility, refine practices, and build internal capability. Build internal knowledge and capacity by collaborating with the facilitator throughout the pilot effort. 2. SCOPE OF SERVICES. 2.1 Project Overview The project consists of two key phases: (1) RCM3 training overview for internal USACE personnel subject matter experts, and (2) Lead/support facilitators through RCM and maintenance optimization at Chief Joseph Dam. The contractor will provide instruction, help to the team for developing maintenance approach and sparing strategy, and feedback of the process. Training and facilitation services shall occur during a one two-week on-site session, with remote coordination and deliverable development before and after the visit as needed. 2.2 RCM3 Training Overview The contractor shall provide required training to accomplish the following: Orient subject matter experts and others on the fundamentals of RCM 3 to include providing an overview of the RCM process, and process flow. Further develop skills of facilitators and provide overview to subject matter experts of RCM process. 2.3 RCM3 Facilitation Services/Pilot Study Phase The contractor shall provide comprehensive facilitation services to accomplish the following: Delivery of interactive workshops and training sessions Lead and support facilitators through the RCM process and maintenance optimization at a selected asset at Chief Joseph Dam Help the team develop maintenance approach and sparing strategy Further develop skills of facilitators and provide overview to subject matter experts of RCM process Observe and support facilitators in leading the RCM effort. Recommend actions to take unique to the organization to help implement the RCM program. 2.4 Contractor Responsibilities The contractor shall be responsible for the following: Developing and delivering training materials Facilitate training and pilot workshops. Providing feedback and coaching to USACE facilitators Submitting a summary report of findings and recommendations Coordinate closely with designated points of contacts. 3. CONTRACTED REQUIREMENTS 3.1 Key Personnel. The contractor shall identify key personnel assigned to this project. 4. DELIVERABLES See attached Statement of Work. 5. PERFORMANCE STANDARDS 5.1 Quality Assurance. All deliverables shall be reviewed for accuracy, completeness, and alignment with RCM3 standards. Feedback will be provided, and corrections shall be addressed promptly. 5.2 Acceptance Criteria. Deliverables will be accepted based on: Completeness and clarity Timely delivery per the agreed schedule Engagement and support quality during on-site facilitation 6. PERIOD OF PERFORMANCE. All services and deliverables shall occur over two one-week site visits with exact dates to be scheduled with contractor upon contract award. All services must be completed and invoiced prior to September 10, 2026 7. PLACE OF PERFORMANCE. Primary location: Chief Joseph Dam, Highway 17 and Pearl Hill Road, Bridgeport, WA 98134-1120 Some activities within this statement of objectives may be performed at other locations rather than the primary place of performance. The contractor must seek Contracting officer approval for any location not designated as the primary location. 8. TRAVEL. Travel is required to Chief Joseph Dam. The contractor shall be responsible for all travel-related costs, including transportation, lodging, and per diem. Travel must comply with federal travel regulations. 9. SAFETY. The contractor shall abide by local safety rules when visiting Chief Joseph Dam. Project personnel will provide a safety briefing before entering the operational area. The contractor shall be responsible to provide a hard hat and safety shoes when visiting an operating project. 10. GOVERNMENT FURNISHED PROPERTY. The government will provide access to required site information, personnel, and documentation necessary for pilot execution. Additionally, the government shall provide meeting space and basic office support. 11. SECURITY REQUIREMENTS. 11.1 General security requirements and guidance. The security requirements described below apply to all contract personnel (including employees of the prime Contractor (�Contractor�) and all subcontractor employees) supporting the performance requirements of this contract. The Contractor is responsible for compliance with these security requirements. Questions regarding security matters shall be addressed to the designated Government representative (e.g., Contracting Officer Representative (COR), Requiring Activity (RA) representative, or Contracting Officer (if a COR or other RA representative is not appointed)). Contract personnel are critical to the overall security and safety of US Army Corps of Engineers (USACE) installations, facilities and activities, and security awareness training contributes to those efforts. The Department of Defense (DoD) and Army security training requirements specified below, if applicable, are performance requirements; all applicable contract personnel shall complete initial training within 30 days of contract award or the date new contract personnel begin performance on the contract. Within five business days from the completion of training, the Contractor shall provide written documentation (e.g., email or memorandum) to the Government representative. The documentation shall include the names of contract personnel trained and which training they completed; the Contractor shall maintain training records as part of their contract files and be prepared to provide copies of training certificates to the Government representative. Contractor personnel and vehicles are subject to search when entering federal installations. Additionally, all contract personnel shall comply with Force Protection Condition (FPCON) measures, Random Antiterrorism Measures (commonly referred to as �RAMs�), and Health Protection Condition (HPCON) measures. The Contractor is responsible for meeting performance requirements during elevated FPCON and/or HPCON levels in accordance with applicable RA plans and procedures --this includes identifying mission essential and non-mission essential personnel. In addition to the changes otherwise authorized by the changes clause of this contract, should the FPCON or HPCON levels at any individual facility or installation change, the Government may implement security changes that affect contract personnel. The Contractor shall ensure all contract personnel are aware of their security responsibilities, including any site-specific requirements identified in local policies or procedures. 11.2 Physical security and access control requirements. All contract personnel requiring physical access to a federal installation or facility shall comply with the access control procedures of that location. Contract personnel requiring unescorted access to meet contract performance requirements on a DoD installation in the US shall be vetted by the installation/facility Provost Marshal/Directorate of Emergency Services/Security Office using the National Crime Information Center-Interstate Identification Index (commonly referred to as �NCIC-III�) and Terrorist Screening Database (commonly referred to as �TSDB�). Contract personnel shall comply with all personal identity verification requirements specified in installation/facility policies and procedures. Contract personnel who do not meet requirements for unescorted access to USACE facilities shall coordinate escorted access with the Government representative, as needed. Contract personnel who receive keys, access cards, or lock combinations that provide access to government-owned property shall comply with key and lock control procedures of the RA. 11.3 Pre-screen candidates using E-Verify Program. Contractors shall comply with the requirements set forth in FAR clause 52.222-54 Employment Eligibility Verification and FAR Subpart 22.18 in using the E-Verify Program at (https://www.e-verify.gov/) (website subject to change) to meet the contract employment eligibility requirements. Contractors are encouraged to cooperate with Federal and State agencies responsible for enforcing labor requirements to include eligibility for employment under United States immigration laws in accordance with FAR 22.102-1(i). An initial list of verified/eligible candidates shall be provided to the COR no later than three business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, and submit it to the Contracting Officer to become part of the official contract file. 12. POINT OF CONTACT (POC). USACE Technical Point of Contact � Vyacheslav (Slava) Govorushkin, Vyacheslav.V.Govorushkin@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/33adcefff31340948b75be1356c71caa/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN07719107-F 20260220/260218230037 (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.