North Fork Guard Station Roof Replacement
Agency: USFS Region 6: Pacific Northwest Region
Location: Washington
NAICS: 238160
| Agency | USACE Portland District |
|---|---|
| Deadline | 05/25/26 |
| Posted | 05/08/26 |
| Estimated Value | $100,000 - $1,000,000 (value based on agency estimated range) |
| Set Aside | None |
| NAICS | 237990 - Other Heavy and Civil Engineering Construction |
| PSC | Z2KZ - Repair Or Alteration Of Other Conservation And Development Facilities |
| Location | Toutle, WA 98649 United States |
Posted: April 20, 2026, 7:00 p.m. EDT
Posted: May 8, 2026, 8:52 a.m. EDT Notice. Posting has been Amended to reflect the organization's needs. Please review the Sources Sought Notification in its entirety. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. PROJECT: Renovation of the Fish Collection Facility on the Toutle River No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. This is a SOURCES SOUGHT NOTICE for market research ONLY to determine the availability of Brand Name or Equal Items. In accordance with Section 888(a) of the National Defense Authorization Act for Fiscal Year 2017 (Pub. L. 114-328) as implemented by the Revolutionary FAR Overhaul (RFO) Defense Acquisition Regulation Supplement (DFARS) 206.103-170(c), the justification and approval (J&A) addressed in RFO Federal Acquisition Regulation (FAR) 6.301(2) is required in order to use brand name or equal descriptions in solicitation associated with PAN26P29638 for the renovation of the Fish Collection Facility on the Toutle River. The United States Army Corps of Engineers, Portland District intends to include the following brand name or equal descriptions in a Request for Proposal under the authority of RFO FAR 6.103-1, only one responsible source and no other supplies or services will satisfy agency requirements. This project will include a brand name or equal description, as described below, unless the results of this sources sought notification indicate otherwise. This notification serves three purposes: (1) to notify potential Offerors of the Government's intent to solicit a brand name or equal component under a the anticipated project; (2) to identify potential sources that can provide the brand name or equal items; (3) notification of USACE's intent to require the brand name only descriptions if the market is unable to provide equal products. In the event no equal products exist, the brand name justification and approval will be issued pursuant to RFO FAR 6.103-1 and RFO DFARS 206.103-170(c) and provided at time of solicitation of this project. A subsequent market survey will not be published in support of a brand name justification and approval in the event an equal product is not submitted for consideration. In such instances, the brand name description will be embedded in the project. Only that part of the project requiring a brand name may be sole sourced if no sources are able to provide a Government approved equal product. Project Details and Background. This project is to renovate the existing Fish Collection Facility on the Toutle River to meet the current BiOP requirements. The renovation of the Toutle Fish Collection Facility is a mitigation requirement resulting from the raising of the crest on the Sediment Retention Structure (SRS) Project Scope. As part of the renovation, there will be a new System Acquisition and Control System (SCADA) installed consisting of hardware and software. The primary purpose of this control system is to monitor and maintain the proper water levels on the newly constructed fish ladder to attract fish into the facility. Since the software used with the new SCADA system will be developed by USACE electrical engineers, the contractor supplied hardware must be capable of executing this Government generated software. The software currently used by USACE is Allen Bradley Studio 5000. SUMMARY OF REQUIREMENT: This construction project will require the following Programmable Logic Controller (PLC) equipment that must be compatible with Allen Bradley Studio 5000: Hardware to accept 4-20mA sensor inputs, hence requiring an analog input module. Hardware to accept 0 to 24VDC digital inputs, hence requiring a digital input module. Hardware to control 0 to 24VDC digital outputs, hence requiring a digital output module Hardware to have a module with multiple relay outputs Main controller to operate over Ethernet/IP protocol using CAT6 hardware Hardware to control devices using Ethernet/IP protocol Hardware to include a 15 Human Machine Interface (HMI) Hardware to include variable frequency drives (VFD or ASD) operating motors from 3 hp to 50 hp Interested parties' responses to this Sources Sought shall be limited to six (6) pages and shall include the following information: An explanation to include name, make, and model of the equipment that you can provide Provide a list of projects where your equipment has been successfully used Show that your Programmable Logic Controller (PLC) equipment can run Allen Bradley Studio 5000 software: Interested vendors if submitting equals must show clear and convincing evidence that alternatives to the specified items exist. Interested vendors wishing to be considered by the Government as described above must provide a copy of its brochure and any other capability statements/ data no later than 25 May 2026, 11:00 AM PDT, to Contracting Officer, Justin F. Figueredo at justin.f.figueredo@usace.army.mil and Contract Specialist, David M. Cook, at david.m.cook@usace.army.mil. This is a market survey and notification of intent only. This is not a request to respond to a solicitation. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the direction of the Government. 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
| Contact name | David Cook |
|---|---|
| Contact email | david.m.cook@usace.army.mil |
| Contact phone | None |
| Secondary contact name | Justin Figueredo |
| Secondary contact email | justin.f.figueredo@usace.army.mil |
| Secondary contact phone | None |
Agency: USFS Region 6: Pacific Northwest Region
Location: Washington
NAICS: 238160
Agency: Naval Supply Systems Command
Location: Washington
NAICS: 333912
Agency: VISN 20: Northwest Network
Location: Washington
NAICS: 236220
Agency: Air Mobility Command
Location: Washington
NAICS: 335139