McNary Lock & Dam Spillway Infrastructure Upgrades

SOL #: W912EF26RSS19Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
US ARMY ENGINEER DISTRICT WALLA WAL
WALLA WALLA, WA, 99362-1876, United States

Place of Performance

Umatilla, OR

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Repair Or Alteration Of Dams (Z2KA)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Mar 31, 2026
3
Response Deadline
Apr 24, 2026, 10:00 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 US Army Corps of Engineers (USACE), Walla Walla District, is conducting market research through a Sources Sought notice for the McNary Lock & Dam Spillway Infrastructure Upgrades project. This initiative aims to identify qualified businesses capable of performing significant electrical and structural modernizations at the McNary Dam in Umatilla/Benton Counties, Oregon. The estimated construction magnitude is between $25,000,000 and $100,000,000. This is not a solicitation; responses will help determine potential set-asides. Responses are due by April 24, 2026, at 3:00 PM.

Scope of Work

The project involves a comprehensive upgrade of the spillway's electrical and structural infrastructure to replace aging systems and support new, heavier gantry cranes and gate hoists. Key components include:

  • Structural Upgrades: Reinforcement of the spillway bridge, including demolition and installation of new steel pedestals, strengthening of main steel girders, and replacement of rail support plates. Strengthening of the north non-overflow beam with additional reinforcing steel and FRP systems.
  • Power System Modernization: Upgrade of the main power feed from 4.16kV to 13.8kV, replacement of primary transformers (DPT1, DPT2) with larger capacity units, and replacement of switchgear, hoist feeder cables, and the emergency diesel generator. Implementation of an automated feeder transfer system and new 480V ties for redundancy.
  • Hoists Control System Upgrades: Installation of a modern networked control system using OPTO 22 EPICs and Cisco industrial switches, replacement of hoist control cabinets, and installation of audible horns and visual strobe lights with verification interlocks.
  • Control Modes: New system will feature local hardwired and remote (Network Control) modes, with a manual mode for operator control.
  • Control Room Upgrades: Overhaul of the SC9 control panel with new HMIs and pistol-grip controls.
  • Navigation Lock: Installation of an annunciation panel to pass alarm signals to the control room.

Requirements during construction include a dedicated Site Safety and Health Officer (SSHO) with 30-hour OSHA training, a Contractor Quality Control Manager (CQC) with Corps of Engineers certification, and development/maintenance of a Network Analysis System (NAS) schedule. The contractor must utilize the Corps of Engineers electronic Quality Control System.

Contract & Timeline

  • Type: Sources Sought / Market Research
  • Estimated Magnitude: $25,000,000 to $100,000,000
  • NAICS Code: 237990 (Small Business Size Standard: $45,000,000)
  • Set-Aside: None specified (purpose is to determine potential set-aside)
  • Response Due: April 24, 2026, 3:00 PM (Pacific Time)
  • Published: March 31, 2026

Submission Requirements

Interested businesses must submit the following information to Chandra Crow:

  1. Capability Statement: Expressing interest, capability for this magnitude/complexity, special qualifications/certifications, and in-house personnel capabilities.
  2. Technical Experience: List of similar projects, including scope, schedule, dollar value, and firm's role.
  3. Bonding Capacity Statement.
  4. Business Size and Type: (e.g., HUBZone, SDVOSB, 8(a), Woman-Owned).

Project Labor Agreement (PLA) Inquiries

Respondents are also requested to provide detailed input on their willingness to enter into a PLA, knowledge of PLAs in the local area, impact of PLAs on contract costs/risk, potential for increased project costs, and information regarding skilled labor availability and union presence.

Contact Information

Primary Contact: Chandra D. Crow, Contract Specialist Email: chandra.d.crow@usace.army.mil Phone: 509-527-7202

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2Viewing
Sources Sought
Posted: Mar 31, 2026
Version 1
Sources Sought
Posted: Mar 25, 2026
View
McNary Lock & Dam Spillway Infrastructure Upgrades | GovScope