THE DALLES OIL ACCOUNTABILITY MEASURES
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 is soliciting proposals for a Firm Fixed-Price (FFP) Construction Contract for The Dalles Oil Accountability Measures project at The Dalles Dam in The Dalles, Oregon. This project aims to significantly improve the monitoring and accountability of oil to minimize its release into the Columbia River. Proposals are due February 26, 2026, at 11:00 AM PST.
Purpose & Background
This project is critical for fulfilling the requirements of an Oil Accountability Plan (OAP), established through a 2014 settlement agreement with Columbia Riverkeepers. The goal is to enhance the ability to consistently and reliably account for and monitor oil leakage through automated systems, thereby increasing the timeliness of level monitoring and reducing operational and maintenance costs.
Scope of Work
The contractor will establish a new oil accountability system at The Dalles Powerhouse. Key tasks include:
- Performing field-verification site visits.
- Procuring and installing magnetostrictive level sensors, pressure transducers, and guided wave radar (GWR) sensors, all with integral temperature sensing and remote displays.
- Providing services of a qualified pressure vessel inspector for accumulator tank work.
- Installing custom bollards, pipe guards, UL-508A listed remote I/O cabinets, and an Allen Bradley ControlLogix PLC with associated wiring.
- Integrating government-furnished managed switches, media converters, and fiber.
- Calibrating government-furnished flowmeters.
- Providing ancillary equipment such as HMI screens, thermowells, RTDs, valves, and pipe spools.
- Conducting independent laboratory testing for oil samples before and after installation. The work will cover components common to all generators, plus one generator from each of the four unit types (Main Unit 10, Main Unit 16, Station Service Unit 1, and Fish Unit 1).
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) Construction Contract.
- Magnitude: Estimated between $1,000,000 and $5,000,000.
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors).
- Period of Performance: 578 calendar days from the Notice to Proceed (10 days for commencement, 568 days for performance).
- Bonds: Performance and Payment Bonds are required.
- Proposal Due: February 26, 2026, at 11:00 AM PST.
- Published Date: January 27, 2026 (latest amendment).
Set-Aside & Evaluation
This is an Unrestricted (Full and Open Competition) opportunity. A 10% HUBZone Price Evaluation Preference will be applied. Offerors other than small businesses must submit Attachment K, detailing a minimum 12% commitment to small business subcontracting. Proposals will be evaluated using a Best Value Tradeoff (BVTO) approach, with Past Performance being the most important factor, followed by Small Business Subcontracting Commitment and Price.
Special Requirements
- CMMC Level 2 (Self) is required.
- Adherence to stringent safety requirements (EM 385-1-1).
- Compliance with updated wage determinations for Wasco County, OR (OR20260079) and Klickitat County, WA (WA20260050).
- Several FAR clauses have been deleted from the solicitation.