Reliability Center Maintenance Training & Pilot Study
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 Seattle District, is conducting a Sources Sought to identify qualified small businesses capable of providing Reliability Center Maintenance (RCM3) Training and Pilot Study services. This market research aims to determine interest and capability for a requirement involving RCM3 training for USACE personnel and facilitation of a pilot study at Chief Joseph Dam, Bridgeport, WA. Responses will inform the set-aside status of a future solicitation.
Scope of Work
The contractor will provide professional facilitation services across two key phases:
- RCM3 Training Overview: Orient USACE subject matter experts (SMEs) on RCM fundamentals and the RCM3 process, and further develop skills of internal facilitators.
- RCM3 Facilitation Services/Pilot Study: Lead and support facilitators through RCM and maintenance optimization at a selected asset at Chief Joseph Dam. This includes interactive workshops, developing maintenance approaches and sparing strategies, providing feedback, and recommending actions for RCM program implementation. The services involve a two-week on-site session, with remote coordination as needed.
Contractor Responsibilities
Key responsibilities include developing and delivering training materials, facilitating training and pilot workshops, providing feedback and coaching to USACE facilitators, and submitting a summary report of findings and recommendations. The contractor must comply with security requirements, including E-Verify, and is responsible for travel to Chief Joseph Dam, including providing personal safety equipment.
Contract Details & Set-Aside
- Opportunity Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services) with a size standard of $17M.
- Product Service Code (PSC): 5610 (Mineral Construction Materials, Bulk)
- Place of Performance: Chief Joseph Dam, Bridgeport, WA.
- Period of Performance: Services and deliverables to be completed and invoiced prior to September 10, 2026, involving two one-week site visits.
Response Requirements & Deadline
Interested firms must respond by January 28, 2026, at 7:00 PM ET. Responses should confirm capability to satisfy the requirement, compliance with SOW specifications, Small Business qualification, and active SAM registration (including UEI and CAGE Code). This notice is for market research only and does not constitute a commitment by the government.