Sources Sought: Bonneville Powerhouse 2 Unwatering Pump Replacement
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) Portland District (NWP) has issued a Sources Sought notice for market research regarding the Bonneville Powerhouse 2 Unwatering Pump Replacement. This project involves the removal and replacement of a critical unwatering pump assembly at the Bonneville Lock and Dam. NWP anticipates issuing an Invitation for Bids (IFB) in August 2026, with a Firm-Fixed-Price construction contract award expected in September 2026. Responses are due by 3:00 pm Pacific Time on May 4, 2026.
Project Details
- Location: Bonneville Lock and Dam, Skamania County, Washington (access from Oregon side via Highway 84).
- Background: One of two critical unwatering pumps in Powerhouse 2 is failing, impacting unit overhauls, leakage control, and fish passage systems.
- Scope of Work: Removal and replacement of Powerhouse 2 Unwatering Pump Assembly number 1. The contractor will procure a new pump, motor, and strainer basket, and furnish all labor and materials for installation and commissioning. The Government will operate the crane for existing assembly removal, with a potential option for the contractor to perform removal if the Government cannot.
- Anticipated Pump Requirements: 7,000 GPM, <300HP Vertical Turbine Unwatering Pump, hollow motor shaft, NEMA MG1 Part 31 (VFD standard), 480V 3 Phase.
- Construction Timeframe: 180 calendar days after receipt of Notice to Proceed.
- Magnitude: Estimated between $250,000 and $500,000.
- NAICS: 237990 (Other Heavy and Civil Engineering Construction) with a $45M small business size standard.
Key Requirements & Constraints
- CMMC: Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self-Assessment) is required for this acquisition, applicable to prime contractors and all subcontractors processing Federal Contract Information (FCI). Offerors must affirm CMMC status to receive solicitation documents.
- SAM Registration: Firms must be registered in the System for Award Management (SAM) at the time of bid submission.
Submission Instructions
Interested parties are requested to submit responses, limited to 5 pages, via email to Aragon Liebzeit (Aragon.N.Liebzeit@usace.army.mil) by 3:00 pm Pacific Time on May 4, 2026. Submissions should include:
- Firm's name, address, contact information, and UEI.
- Business classification (e.g., Large, Small, SDVOSB).
- Relevant capabilities, qualifications, special certifications/equipment, and proposed subcontractors.
- Up to three similar projects (7,000 GPM, <300 HP unwatering/drainage pumps), including description, contract number, value, firm's role, and customer POC.
- Current CMMC level or status of compliance efforts.
- Firm's bonding capability.
- Level of interest in bidding and any additional relevant information.
Important Notes
This Sources Sought is for market research only and does not guarantee a solicitation or contract award. The Government will not pay for information submitted.