Reliability Centered Maintenance (RCM3) 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 U.S. Army Corps of Engineers (USACE) NWS is soliciting proposals for Reliability Centered Maintenance (RCM3) Training & Pilot Study services at Chief Joseph Dam, Bridgeport, WA. This effort aims to provide professional facilitation services, foundational training, and guided application of RCM principles to build internal capacity and inform broader programmatic adoption within USACE. This is a Total Small Business Set-Aside. Proposals are due March 18, 2026.
Scope of Work
The project consists of two key phases:
- RCM3 Training Overview: Orient subject matter experts (SMEs) on RCM fundamentals, process flow, and the structured RCM3 methodology. Develop facilitator skills.
- RCM3 Facilitation Services/Pilot Study Phase: Deliver interactive workshops and training sessions. Lead and support facilitators through the RCM process and maintenance optimization for a selected asset at Chief Joseph Dam. Assist in developing maintenance approaches and sparing strategies, provide feedback and coaching, and recommend actions for RCM program implementation.
Contractor responsibilities include developing and delivering training materials, facilitating workshops, providing feedback, and submitting a summary report of findings and recommendations.
Contract & Timeline
- Contract Type: Solicitation for a Firm-Fixed Priced Purchase Order.
- Period of Performance: Services and deliverables must be completed and invoiced prior to September 10, 2026. This will involve two one-week on-site visits, with exact dates scheduled upon contract award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 611430 - Professional and Management Development Training (Size Standard: $15M).
- Response Due: March 18, 2026, 12:00 PM PST.
- Published: February 18, 2026.
Evaluation
Award will be made to the lowest priced quote that conforms to the requirements and where the price is determined to be fair and reasonable. Pricing for all items is required for acceptability. Questions must be submitted via email two days prior to the closing date.
Additional Notes
- Place of Performance: Primarily Chief Joseph Dam, Bridgeport, WA. Some activities may occur at other locations with Contracting Officer approval.
- Travel: Required to Chief Joseph Dam; the contractor is responsible for all travel-related costs.
- Security Requirements: All contract personnel must comply with DoD and Army security training, Force Protection Condition (FPCON) measures, physical access control procedures, and E-Verify program requirements.
- Government Furnished Property: The government will provide access to required site information, personnel, documentation, meeting space, and basic office support.
- Registration: Contractors must be registered in the System for Award Management (SAM) prior to award; lack of registration will make an offer ineligible.
- Wage Determination: Wage Determination No. 2015-5541, Revision 27, applies to this contract, outlining minimum wage rates and fringe benefits for various occupations in Chelan and Douglas Counties, WA.