LLA Navigation Lock Switchgear
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 US Army Corps of Engineers, Walla Walla District, is conducting a Sources Sought to identify qualified contractors for the LLA Navigation Lock Switchgear project at Lower Granite Dam, Pomeroy, WA. This project involves replacing critical electrical infrastructure. The NAICS code is 238210 Electrical Contractors and Other Wiring Installation Contractors with a $19 million small business size standard. Responses are due by March 23, 2026, 2:00 p.m. PST.
Scope of Work
This project entails replacing the existing 55-year-old navigation lock electrical unit substation, switchgear, transformers, and motor control centers. The work is critical due to equipment age, difficulty in procuring parts, increased worker hazards, and potential impact on Snake River navigation. Key features of work include:
- Providing and installing one (1) new medium voltage switchgear.
- Providing and installing one (1) new low voltage switchgear.
- Providing and installing two (2) new motor control center lineups.
- Providing modernized controls for existing electrical loads.
- Providing one (1) new 4,160/480-V 1,000 kVA transformer.
- Providing lighting load centers to replace existing panels.
- Providing new concrete housekeeping pads, cable trays, and conduits.
- Providing an HMI screen to replace an existing annunciator panel.
- Demolishing existing medium/low voltage switchgear, motor control centers, transformers, and 480VAC feeders.
- Sealing hatches, expansion joints, or cracks to prevent water intrusion in an electrical room.
Response Requirements
Interested firms must submit the following by the deadline:
- Project Experience: List of current/past projects demonstrating technical experience with similar work, including firm's role, performance period, dollar value, completion date, and special qualifications/certifications. Specify if subcontractor experience.
- References: Contact information (name, title, phone, email) for each project reference.
- Business Size: Statement of firm's business size (e.g., HUBZone, SDVOSB, 8(a), SDB, WOSB) relative to NAICS 238210.
- Work Performance: Percentage of work the prime intends to perform; include if subcontracting >=20%.
- Intent to Offer: Statement confirming intent to submit an offer if a solicitation is issued.
- Bonding Capacity: Statement of firm's bonding capacity (surety statement not required).
- Identifiers: CAGE Code and DUNS number.
Contract & Timeline
- Type: Sources Sought (market research)
- NAICS: 238210 Electrical Contractors and Other Wiring Installation Contractors
- Small Business Size Standard: $19 million
- Set-Aside: None specified (market research to determine potential set-aside)
- Anticipated Award: November 2026
- Anticipated Notice to Proceed: December 2026
- On-site Work: Anticipated 2028-2029, with cutover power during March 2028 and March 2029 navigation lock outages.
Safety & Quality Requirements
The project requires adherence to Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Contractors must establish an effective on-site Safety and Health program, including an Accident Prevention Plan, Activity Hazard Analyses, and a Fall Protection Plan. A Site Safety and Health Officer (SSHO) with specific experience and training is required for each shift. A Contractor Quality Control (CQC) System and a CQC System Manager with relevant experience and training are also mandatory. The contractor will use the Government-furnished QCS module of the Resident Management System (RMS).
Additional Notes
This is a sources-sought announcement for market research purposes only and is not a solicitation. Responses will help determine if the requirement can be set aside. Submit responses to: LeAnne Walling (leanne.r.walling@usace.army.mil) and Jani Long (Jani.C.Long@usace.army.mil).