Fall Hazard Survey for Lookout Point Dam, Lowell, Oregon.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Portland District, intends to directly solicit small business vendors for a Fall Hazard Survey at Lookout Point Dam, Lowell, Oregon. This is a 100% Total Small Business Set-Aside for a firm-fixed-price service contract. Interested small businesses must submit capability statements by March 24, 2026, at 11:00 AM PST to demonstrate their ability to meet the requirement.
Scope of Work
The objective is to conduct a one-day fall hazard assessment site visit at Lookout Point Dam, Powerhouse, and adjacent structures. The contractor will observe fall hazards, review work procedures, and interview workers. The scope includes analyzing gathered data to develop comprehensive fall protection solutions, ensuring compliance with OSHA, state, ANSI Z359, and Corps of Engineers EM 385-1-1 safety regulations. The survey is limited to one day on-site and a maximum of 25 distinct fall hazards per site.
Deliverables & Performance
A comprehensive survey report is required, featuring an executive summary, technical explanation, glossary, regulatory descriptions, location-based hazard sections, and hazard rankings. Each identified hazard must include a discussion on rescue aspects, proposed solutions with dimensions, cost estimates (engineering, supply, installation, man-hours), and any required additional training. The report must be bound, include color photos, and be submitted as two paper copies and an electronic version (Word and PDF). Performance will be evaluated by the Contracting Officer or designated representative.
Contract & Timeline
- Type: Notice of Intent to Solicit Directly (Pre-solicitation) for a Firm-Fixed-Price Service Contract
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS: 541690 – Other Scientific and Technical Consulting Services
- Period of Performance: One calendar day for the survey, to be scheduled within 60 days of contract award.
- Response Due: March 24, 2026, 11:00 AM PST
- Published: February 27, 2026
Response Requirements
This notice is not a request for competitive proposals. Interested small businesses must submit clear and convincing evidence of their capability to perform the required services via a capability statement. Electronic responses and questions should be submitted via email to the contracting point of contact. Oral communications are not acceptable. The Government is not responsible for costs incurred by responding to this notice.
Special Requirements
The contractor must prepare and submit a Job Safety Analysis (JSA) / Activity Hazard Analysis (AHA) in accordance with EM-385-1-1 prior to work. All necessary equipment, supplies, and Personal Protective Equipment (PPE) must be provided by the contractor. A government representative will accompany the contractor at all times. Compliance with security, safety, and environmental requirements, including obtaining necessary access and adhering to installation policies, is mandatory. Insurance requirements include Workman's Compensation, Comprehensive General Liability, and Automobile Liability. Contractor employees must wear identifying uniforms and name tags.