LLA Levee Pump System Upgrade
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, Walla Walla District, is conducting a Sources Sought to identify qualified small business concerns for the LLA Levee Pump System Upgrade project in Lewiston, ID. This initiative aims to upgrade critical levee pump systems to enhance reliability and flood risk management. Responses are due by March 06, 2026, to help determine if a small business set-aside is appropriate.
Scope of Work
This project involves the comprehensive upgrade of pump systems at four levee pump stations along the Clearwater River. Key tasks include:
- Removal and Demolition: Existing pumps, motors, Motor Control Centers (MCCs), and water level float sensing systems (including mercury switch technologies).
- Installation of New Equipment: New pumps and motors for stations exceeding life cycle hours or failing, new MCCs with soft starter technology and emergency diesel generator connectors, and new Programmable Logic Controllers (PLCs).
- Alarm System Upgrade: Replacement of existing alarm systems with updated, cyber-secure technology for enhanced warning and emergency information.
- Water Level Sensing: Implementation of Infra Red sensors with potential radar backup to ensure accuracy despite weather conditions.
- Specific Station Work: Detailed upgrades at West Pump Station, 5B Pump Station, 5A Pumping Station, and East Pumping Station.
- Safety & Quality: Work must comply with EM 385-1-1, requiring a qualified Site Safety and Health Officer (SSHO) and Fall Protection Competent Person. An effective Contractor Quality Control Program is also required.
Contract & Timeline
- Type: Sources Sought (not a solicitation); anticipates a Firm-fixed price construction contract.
- Estimated Magnitude: $10M - $25M.
- Period of Performance: 5 months.
- NAICS Code: 237990 (Small Business Size Standard: $45,000,000.00).
- Response Due: March 06, 2026, by 3:00 PM local time.
- Published: February 24, 2026.
Submission & Evaluation
Interested firms should submit the following via email to the primary contact:
- 3-5 project examples demonstrating experience with 3-phase motors (60HP+) and low voltage MCCs, including project value and completion dates.
- Statement of special qualifications and certifications.
- Reference list for each project example.
- Firm's business size status (e.g., HUBZone, SDVOSB, 8(a), WOSB).
- Statement of intent to submit an offer when advertised.
- Statement of firm's bonding capacity.
- CAGE Code and DUNS number. Responses will be used solely for market research to determine potential small business set-aside opportunities.
Contact Information
- Primary Contact: Richard Bonnell, Richard.W.Bonnell@usace.army.mil