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 The Dalles Oil Accountability Measures project at The Dalles Dam, Oregon. This Firm-Fixed Price (FFP) Construction Contract, with an estimated magnitude between $1,000,000 and $5,000,000, aims to enhance oil monitoring and accountability to minimize environmental release into the Columbia River. Proposals are due February 26, 2026, at 11:00 AM PST.
Purpose
This project addresses a 2014 settlement agreement with Columbia Riverkeepers, requiring the development and application of an Oil Accountability Plan (OAP). The primary objective is to improve the ability to consistently and reliably account for and monitor oil leakage from approximately 400,000 gallons of oil at the TDA powerhouse through automated systems, significantly reducing O&M costs and aiding early leak identification.
Scope of Work
The scope involves providing and installing equipment for a new oil accountability system. Key tasks include:
- Installation of magnetostrictive level sensors, guided-wave radar sensors, and pressure transducers with integral temperature sensing and remote displays.
- Installation of control, instrumentation, and piping for Main Unit 10, Main Unit 16, Station Service Unit 1, and Fish Unit 1.
- Installation of networking/PLC equipment (Allen Bradley ControlLogix PLC) and associated wiring.
- Calibration of Government-Furnished Equipment (GFE) flow meters.
- Installation of custom bollards and pipe guards for protection.
- Recertification of accumulator tanks and an asbestos survey.
- Adherence to stringent safety requirements (EM 385-1-1) and coordination with the Contracting Officer for outages.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Construction Contract.
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors).
- Period of Performance: 578 calendar days (10 days for commencement, 568 days for performance).
- Bonds: Performance and Payment Bonds are required.
- Liquidated Damages: $1,875.00 per calendar day after final physical completion.
- Cybersecurity: CMMC Level 2 (Self) is required.
Set-Aside & Small Business Requirements
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 an Attachment K - Small Business Commitment Document (SBCD), committing a minimum of 12% of the total contract value to small businesses, with suggested goals for SDB (5%), WOSB (1%), HUBZone (0.5%), VOSB (1%), and SDVOSB (0.5%).
Evaluation Criteria
Proposals will be evaluated using Best Value Tradeoff (BVTO) procedures, with Past Performance being the most important factor, followed by Small Business Subcontracting Commitment and Price.
Key Updates & Deadlines
- Proposal Due Date: February 26, 2026, at 11:00 AM PST (as extended by Amendment 0006).
- Wage Determinations: Updated for Wasco County, OR (OR20260079) and Klickitat County, WA (WA20260050), effective January 1, 2026.
- Amendments: Multiple amendments have revised specifications, deleted/added FAR clauses, and extended the due date. Amendment 0008 re-included the Small Business Subcontracting Plan clause.
Contact Information
For inquiries, contact Andrew Sprys (andrew.j.sprys@usace.army.mil) or Cory Pfenning (cory.r.pfenning@usace.army.mil).