John Day Unit 8 Asbestos Abatement - Sources Sought
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 Department of the Army, USACE Portland District (CENWP), is conducting a Sources Sought for John Day Unit 8 Asbestos Abatement at the John Day Dam in The Dalles, OR. This market research aims to identify qualified contractors for a potential firm fixed-price construction contract. Responses are due February 25, 2026.
Project Scope
The project involves asbestos abatement within Unit 8 at the John Day Powerhouse, specifically targeting the generator barrel where asbestos dust spread due to a fire. The base contract includes mobilization/demobilization, abatement of accessible areas within the air housing, and testing of coolers and air shrouds. Optional work may include additional abatement on the rotor and stator if testing confirms asbestos presence.
Contract & Timeline
- Type: Sources Sought (for market research only, not a solicitation)
- Anticipated Contract Type: One Firm Fixed-Price Construction Contract
- NAICS: 562910 Remediation Services (Size Standard: $25,000,000)
- Estimated Cost: $500,000 - $1,000,000
- Anticipated Schedule: Advertisement April 2026, Award September 2026
- Response Due: February 25, 2026, at 3:00 pm PST
- Published: February 11, 2026
Set-Aside & Participation
This is market research to determine the acquisition strategy, with maximum small business participation sought at both prime and subcontracting levels. Responses are encouraged from:
- Small Business
- Small Disadvantaged Businesses (including 8(a) firms)
- Historically Underutilized Business Zones (HUBZone)
- Woman-Owned Small Business (WOSB, including EDWOSB)
- Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Veteran Owned Small Business (VOSB)
Submission Requirements & Constraints
Interested parties must submit a response, limited to four pages, including:
- Firm's name, address, contact information, CAGE, and Unique Entity ID.
- Business category and size (with small business participation metrics for large businesses).
- Explanation of capabilities, special qualifications/certifications, equipment, and self-performed work.
- Current CMMC Level or timeline to obtain required Level 2 Self Certification.
- Description of work performed under similar project constraints.
- 1-3 project examples similar in size, scope, and complexity, including specific contract details and customer satisfaction.
- Joint Venture information (if applicable).
- Bonding capability.
- Interest and likelihood of bidding on the future solicitation.
Responses must be emailed to Jessica Manley (Jessica.Manley@usace.army.mil) and Nicole Adams (Nicole.A.Adams@usace.army.mil) with the subject "Sources Sought – JD Unit 8 Asbestos Abatement."
Important Notes
This is for informational purposes only and does not obligate the Government to award a contract. No reimbursement for response costs. Firms must be registered in SAM.gov.