SOURCES SOUGHT
99 -- Security System Upgrades for John Day Project
- Notice Date
- 6/23/2025 11:11:36 AM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N25RA006
- Response Due
- 7/14/2025 2:00:00 PM
- Archive Date
- 07/29/2025
- Point of Contact
- Jonathan MacAdam, Nicole Adams
- E-Mail Address
-
jonathan.g.macadam@usace.army.mil, Nicole.A.Adams@usace.army.mil
(jonathan.g.macadam@usace.army.mil, Nicole.A.Adams@usace.army.mil)
- Description
- 1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. This is not a Request for Proposal, Quotation or Bid, or a Synopsis of a Proposed Contract Action under FAR Subpart 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the Government can make informed business decisions and to inform potential future solicitations. We are seeking responses from both large and small business members of industry. The North American Industrial Classification Code (NAICS) for this requirement is: 237130 � Power and Communication Line and Related Structures Construction The related size standard is: $25,000,000. Formal Sources Sought Response Due � 14 July 2025 at 2:00 PM PDT. 2. Project Background. The John Day Powerhouse is a main stem Columbia River hydroelectric power plant, of strategic importance in the Federal Columbia River Power System due to its location and generation capacity. The current powerhouse security system dates back to 2004. The last upgrades were completed in 2012 under contract W9172N-09-C-0034. The main software component is the Software House C.CURE 9000 Security Management System (SMS). The SMS software ties all of the security sensors, monitoring, alarm recording, and annunciation together into one central system. This integration includes intrusion detection, alarm monitoring, badging and digital imaging, CCTV, and asset management. The Electronic Security System (ESS) provides access control capabilities throughout the facility. The ESS design provides control of entry into the facility by authorized personnel and denies access to unauthorized personnel. These items work jointly to alert John Day Lock and Dam staff to the earliest possible detection of unauthorized personnel. 3. Project Scope. Upgrade the aging existing security system. Upgrades are broken up into separate categories: Install HVAC for server room. Civil and Structural work to trench routes for comm and power cables and to erect exterior pole mounted light fixtures Update the electronic security system to include running cable, new lighting, and installing badge readers, intrusion detection systems, and new security cameras as required. All IT equipment to be installed will be provided as GFE. Anticipated Construction Schedule: CENWP intends to advertise 1st Quarter FY2026 and award December 2025. Estimated Period of Performance is 260 days after NTP. Estimated Construction Cost (ECC): The current ECC is between $1,000,000 and $5,000,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. Number and Type of Contracts: NWP contemplates awarding a Firm Fixed Price (FFP) Construction Contract. The acquisition strategy decision has not yet been determined. Maximum Small Business participation is being sought at both the Prime and subcontracting levels. Anticipated Source Selection Process: The expected method to determine the best value to the government is TBD. 4. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � JDA Security Upgrade Please send email to Nicole Adams, Contracting Officer, at nicole.a.adams@usace.army.mil and Jon MacAdam, Contract Specialist, Jonathan.G.Macadam@usace.army.mil before 2:00 PM Pacific Standard Time on 14 July 2025. Interested parties� responses to this Sources Sought shall be limited to six (6) pages and shall include the following information: Firm�s name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Firm�s business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges listed under paragraph 3. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1) project(s). These project examples must be similar in size, scope, and complexity to the work described in paragraph 3 of this notice, and it should include a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction (The Government may verify information in CPARS or PPIRS.) Firm�s Joint Venture information if applicable - existing and potential. Firm�s Bonding Capability. Firm�s interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates) 6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d01db7a367214a58a40796690825edf7/view)
- Place of Performance
- Address: Rufus, OR 97050, USA
- Zip Code: 97050
- Country: USA
- Zip Code: 97050
- Record
- SN07486054-F 20250625/250623230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |