TDA Auxiliary Water Supply Backup Debris Management
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, Portland District, is conducting a Sources Sought for TDA Auxiliary Water Supply Backup Debris Management at The Dalles Lock & Dam in Lyle, WA. This is market research to identify qualified firms for a Design-Bid-Build construction project. Responses are due before 10:00 am PDT on March 16, 2026.
Purpose & Scope of Work
This Sources Sought aims to gather information on industry interest, capabilities, and qualifications for a project involving the design and installation of a mechanical method for dislodging debris from trashracks at the East Fish Ladder (EFL) Auxiliary Water Supply Backup (AWSB) system intake. This system is critical for fish passage attraction flow. The project will eliminate the need for manual system shutdowns to clear debris.
Key requirements include:
- Design and installation of a telescoping boom-mounted rotating bristle brush trashrack cleaning system.
- Associated pavement repairs and trenching for power and controls.
- Supply and installation of mechanical equipment, including the trashrake, forebay structure mounting, and access platforms.
- Installation of fixed upper and lower operator/mechanic platforms and ladders.
- Routing of electrical power and data conduits.
- Integration with the existing plant SCADA system for monitoring.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research (Not a Request for Proposal)
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction
- Size Standard: $45.0 million
- Anticipated Contract Type: One (1) Firm Fixed-Price contract
- Estimated Construction Cost (ECC): Between $1,000,000.00 and $5,000,000.00
- Period of Performance: Anticipated award in September 2026, with construction completion by the end of calendar year 2028.
- Response Due: March 16, 2026, before 10:00 am PDT
- Published Date: March 6, 2026
- Place of Performance: Lyle, WA 98635, United States
Submission & Evaluation
Responses are limited to six (6) pages and must be submitted electronically via MS Forms and email to the specified points of contact. Submissions should detail prime firm capabilities, similar project descriptions, and up to three (3) relevant project examples. The government anticipates an Invitation for Bid (IFB) for source selection, aiming for best value. This notice does not obligate the government to award a contract, and no reimbursement for response costs will be provided.
Eligibility / Set-Aside
The government is seeking responses from both large and small businesses, including Small Business, Small Disadvantaged Businesses (including 8(a) firms), Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB) (including Economically Disadvantaged Women-Owned Small Business (EDWOSB)), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Veteran Owned Small Business (VOSB). Maximum small business participation is sought at both prime and subcontracting levels. Interested firms must be registered in the System for Award Management (SAM).
Contact Information
- Primary: David Cook (david.m.cook@usace.army.mil)
- Secondary: Justin Figueredo (Justin.F.Figueredo@usace.army.mil)