THE DALLES OIL ACCOUNTABILITY MEASURES

SOL #: W9127N26RA004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST PORTLAND
PORTLAND, OR, 97204-3495, United States

Place of Performance

The Dalles, OR

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 14, 2025
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Feb 26, 2026, 7:00 PM

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 a Firm-Fixed Price (FFP) contract for The Dalles Oil Accountability Measures at The Dalles Dam in Oregon. This project aims to significantly improve oil monitoring and accountability to minimize oil release into the Columbia River. Proposals are due February 26, 2026, at 11:00 AM PST.

Purpose & Background

This opportunity addresses the need to enhance oil accountability at The Dalles Dam, which currently holds approximately 400,000 gallons of oil. The project fulfills an Oil Accountability Plan (OAP) established through a 2014 settlement agreement with Columbia Riverkeepers. The goal is to move beyond visual observations to automated systems for consistently and reliably accounting for oils and greases used in turbines, wicket gate bearings, and fish-way equipment, thereby reducing O&M costs and improving leak identification timeliness.

Scope of Work

The project involves providing and installing a new oil accountability system. Key tasks include:

  • Field Verification: Site visits to assess conditions.
  • Sensor Installation: Magnetostrictive level sensors, pressure transducers, and guided wave radar (GWR) sensors with integral temperature sensing and remote displays.
  • Infrastructure: Installation of UL-508A listed remote I/O cabinets, Allen Bradley ControlLogix PLC, associated wiring, and government-furnished networking equipment (switches, media converters, fiber).
  • Ancillary Equipment: Provision of HMI screens, thermowells, RTDs, valves, and pipe spools.
  • Protection & Calibration: Installation of custom bollards and pipe guards, and calibration of government-furnished flowmeters.
  • Testing: Independent laboratory testing of oil samples.
  • Special Requirements: Adherence to EM 385-1-1 safety standards, coordination for outages, and strict protocols for turbine oil handling.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP) Construction Contract.
  • Estimated Magnitude: Between $1,000,000 and $5,000,000.
  • Period of Performance: 578 calendar days from Notice to Proceed (10 days for commencement + 568 days for performance).
  • Bonds: Performance and Payment Bonds are required.
  • NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors).
  • Cybersecurity: CMMC Level 2 (Self) is required.

Set-Aside & Eligibility

This is an Unrestricted (Full and Open Competition) acquisition. A 10% HUBZone Price Evaluation Preference will be applied. For Offerors other than small businesses, Attachment K (Small Business Commitment Document) mandates a minimum of 12% of the total contract value be committed to small businesses, with suggested goals for various small business categories.

Evaluation Criteria

Award will be based on a Best Value Tradeoff (BVTO) source selection. Proposals will be evaluated on:

  1. Past Performance (most important)
  2. Small Business Subcontracting Commitment
  3. Price

Key Amendments & Updates

Multiple amendments have been issued. The latest, Amendment 0006 (January 27, 2026), extends the proposal due date to February 26, 2026, at 11:00 AM PST. It also revises specifications in sections 01 11 00.00 26, 01 35 26.00 25, and 22 00 00.00 26, includes revised drawings (M-202 Amendment 0006), and deletes several FAR clauses. Wage determinations for Wasco County, OR, and Klickitat County, WA, were updated in Amendment 0004 (January 5, 2026), effective January 1, 2026.

Contact Information

People

Points of Contact

Cory PfenningSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 20
Solicitation
Posted: Feb 20, 2026
View
Version 19
Solicitation
Posted: Feb 20, 2026
View
Version 18
Solicitation
Posted: Feb 13, 2026
View
Version 17Viewing
Solicitation
Posted: Jan 27, 2026
Version 16
Solicitation
Posted: Jan 27, 2026
View
Version 15
Solicitation
Posted: Jan 12, 2026
View
Version 14
Solicitation
Posted: Jan 5, 2026
View
Version 13
Solicitation
Posted: Dec 23, 2025
View
Version 12
Solicitation
Posted: Dec 19, 2025
View
Version 11
Solicitation
Posted: Dec 15, 2025
View
Version 10
Solicitation
Posted: Dec 11, 2025
View
Version 9
Solicitation
Posted: Dec 10, 2025
View
Version 8
Solicitation
Posted: Dec 8, 2025
View
Version 7
Solicitation
Posted: Nov 20, 2025
View
Version 6
Solicitation
Posted: Nov 20, 2025
View
Version 5
Solicitation
Posted: Nov 20, 2025
View
Version 4
Solicitation
Posted: Nov 19, 2025
View
Version 3
Solicitation
Posted: Nov 18, 2025
View
Version 2
Solicitation
Posted: Nov 17, 2025
View
Version 1
Solicitation
Posted: Nov 14, 2025
View