Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2025 SAM #8731
SOLICITATION NOTICE

Z -- John Day Dam Turbine Runner Replacement and Generator Rewind Project-100% Review

Notice Date
10/20/2025 12:24:06 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N24R0001
 
Response Due
6/27/2025 4:30:00 PM
 
Archive Date
11/18/2025
 
Point of Contact
Aragon Liebzeit, Phone: 5038084610, Mitchell Johnson, Phone: 5038084600
 
E-Mail Address
aragon.n.liebzeit@usace.army.mil, mitchell.j.johnson@usace.army.mil
(aragon.n.liebzeit@usace.army.mil, mitchell.j.johnson@usace.army.mil)
 
Description
20 October 2025: The Government intends to formally issue the TRGR phase 1 solicitation in November of 2025. The following is a summary of the forthcoming solicitation and subject to change: The solicitation, once issued, will be a competitive unrestricted procurement (full and open competition) using two-phase design-build and best value tradeoff source selection procedures pursuant to FAR subpart 36.3 and FAR part 15. The Portland District (NWP) intends to award one fixed-price contract with economic price adjustment (EPA) to the responsible offeror whose phase 2 proposal represents the best value to the Government in accordance with the evaluation factors once solicited. Phase 1 Solicitation: NWP intends to issue the phase 1 solicitation in November 2025 with the design-build Scope of Work (SOW), specifications, drawings, and bid schedule. Evaluation criteria include Technical Approach (but not detailed design or technical information) and Past Performance of the offeror�s team (including the architect-engineer and construction members). Bonding capability will be required during phase 1. Phase 1 proposals will be due not less than 60 calendar days after the solicitation is issued. The proposal validity period (block 13.d. of the SF 1442) is anticipated to be 120 days. Phase 2 Solicitation: NWP intends to issue the phase 2 solicitation to up to the 5 most qualified phase 1 offerors. A one-day pre-proposal conference and site visit will occur during phase 2. The phase 2 evaluation criteria include Project Labor Agreement(s), Work Plan, Design Data, Small Business Commitment, and Price. Only large business concerns will be required to provide a subcontracting plan and all phase 2 offerors will have a minimum of 45 calendar days to provide their phase 2 proposal package. The proposal validation period for phase 2 is anticipated to be 180 days from the date phase 2 offers are due. The solicitation includes but is not limited to the following: DFARS clause 252.204-7021 Cybersecurity Maturity Model Certification (CMMC) Requirements are being developed and will be included in the solicitation as applicable. Bonding: A flexible approach to performance and payment bond requirements is being implemented and no bid guarantee is required in either solicitation phase. Tariffs: DFARS clause 252.225-7013 Duty-Free Entry will not be included in the solicitation as it has been determined appropriate for supply contracts only. EPA: The EPA clause includes price adjustments for supply labor (offsite labor), material, and construction labor (onsite labor), including design price adjustments. Performance-based payments will be available during fabrication of high value materials. Payments for materials delivered off-site will be utilized. Payment will be provided for mobilization and demobilization. A Limitation of Liability Cap is included in the solicitation. Government furnished materials and equipment will be provided to the successful contractor during construction. A 3D model and runner geometry will be available upon request once the solicitation is issued. Asbestos: The Government will abate asbestos via separate contract as necessary. 16 June 2025: Please see the attached Project Labor Agreement (PLA) request for input and please respond with answers to the questions on or before 27 June 2025. The updated response date in this posting is only applicable to this PLA survey request. 06 June 2025: The Government intends to issue the TRGR solicitation using two-phase design-build selection procedures pursuant to FAR subpart 36.3. The Government intends to issue the phase 1 Request for Qualifications (RFQ) package in September of 2025. 21 February 2025: The Government intends to issue the solicitation package for the John Day TRGR procurement in May of 2025. Please note this timeframe is subject to change and this information is for planning purposes only. Please continuously monitor SAM.gov for additional updates. Basic FAR provision 52.222-33 Notice of Requirement for Project Labor Agreement and basic FAR clause 52.222-34 Project Labor Agreement will no longer be included in the solicitation as Project Labor Agreements are no longer required. 13 December 2024: The Government intends to issue the solicitation package for the John Day TRGR procurement in March of 2025. 13 September 2024: The Government intends to issue the solicitation package for the John Day TRGR procurement in late January 2025. Please note this timeframe is subject to change and this information is for planning purposes only. Please continuously monitor SAM.gov for additional updates. We do not intend to issue another draft solicitation for industry review prior to issuing the official solicitation package. 22 May 2024: Basic FAR provision 52.222-33 Notice of Requirement for Project Labor Agreement and basic FAR clause 52.222-34 Project Labor Agreement will be included in the solicitation once issued. 24 April 2024: Regarding the biological and turbine performance, the Government is aware that some performance targets may not be met and will actively compete with other performance targets, but these are targets and not guarantees. The Government has refined its criteria on fatigue stresses for water filled hubs, which could impact biological and turbine performance. The runaway speeds will also be updated in the final solicitation package. Please see attachment Draft Turbine Performance 48 13 13.01 26 . To maintain the integrity of the acquisition, please contact only Ms. Randolph or Mr. Liebzeit with any comments or questions regarding this draft solicitation posting. 22 March 2024: The Government intends to issue the solicitation package for the John Day TRGR procurement in October 2024. Please note this timeframe is subject to change and this information is for planning purposes only. Please continuously monitor SAM.gov for additional updates. 11 March 2024: The PLA request for input date has been extended from 13 March 2024 to 05 April 2024 by close of business. 28 February 2024: Please see the attached Project Labor Agreement (PLA) request for input and please respond on or before 13 March 2024. The updated response date is only applicable to this PLA input request. 12 January 2024: The Government intends to issue the solicitation package for the John Day TRGR procurement in August 2024. Please note this timeframe is subject to change and this information is for planning purposes only. Please continuously monitor SAM.gov for additional updates. We do not intend to issue another draft solicitation for industry review prior to issuing the official solicitation package. 13 October 2023: The existing runner geometry file is available upon written email request to Aragon Liebzeit at Aragon.N.Liebzeit@USACE.army.mil This file is for information only and the Government makes no guarantees regarding the accuracy of the file. 23 October 2023: The geometry in the provided model is the fluid and the runner geometry can be taken from the interior boundary surfaces of the model. 29 November 2023: A new file in .stp format of the runner geometry is available upon request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e9f8a301055f4660ba27f00353b5cbfe/view)
 
Place of Performance
Address: Rufus, OR 97050, USA
Zip Code: 97050
Country: USA
 
Record
SN07622852-F 20251022/251020230036 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.