SOLICITATION NOTICE
61 -- Cole River Substation purchase, Amend 0001
- Notice Date
- 10/21/2025 11:49:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N25QA062
- Response Due
- 11/18/2025 10:00:00 AM
- Archive Date
- 12/03/2025
- Point of Contact
- Nathean Stoner, Phone: 5038084634, Justin Figueredo
- E-Mail Address
-
nathean.w.stoner@usace.army.mil, Justin.F.Figueredo@usace.army.mil
(nathean.w.stoner@usace.army.mil, Justin.F.Figueredo@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Amend 0001, Include Attach 7 Question and Answer to the RFQ, no change to quote due date. COMBINED SYNOPSIS/SOLICITATION W9127N25QA062 Cole M. Rivers Substation U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) 8 October 2025 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR Part 13, Simplified Acquisition Procedures, and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation W9127N25QA062 is a Request for Quotes under FAR Part 13 for the establishment of a firm fixed price contract for a supplied electrical substation that will need to be designed, assembled, tested, and delivered to the Cole M. Rivers Hatchery. The Substation Manufacturer is to use Government provided specifications contained within the Product Description as a guideline to complete their design, assembly and testing. The final design is to be approved by the Government prior to any manufacturing. The substation will include three key components: the 480-volt substation switchgear, the dry-type service transformers, and medium voltage metal enclosed switch breakers. All components shall be IAW the provided Product Description. The solicitation document�s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 Effective date 08/07/2025. This solicitation is advertised as unrestricted under NAICS Code 335311 - Power, Distribution, and Specialty Transformer Manufacturing with a Small Business Size Standard of 800 employees. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of active SAM registration will make an offeror ineligible for award. The Government requests pricing for the following supply item: 0001 QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 1 Each This requirement is to supply an electrical substation that will need to be laid out, assembled, tested, and delivered to the Cole M. Rivers Hatchery. IAW 1. Product Description Substation. 2. Substation Drawing Specifications Delivery Location is: 100 Cole M Rivers Dr, Trail, OR 97541 0002 QUANTITY UNIT UNIT PRICE TOTAL AMOUNT 1 Each This requirement is for the spare parts as outlined in Attachment 0001 Product Description, section 2.13 Delivery Location is: 100 Cole M Rivers Dr, Trail, OR 97541 Delivery Date: 31 March 2027 52.212-1 INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS (MAR 2023) � ADDENDUM Quotes shall include the following: 1. Name / Date: _______________________________________________________________ 2. Address / Telephone No.: _____________________________________________________ 3. Cage Code (or UEI, both from SAM): ___________________________________________ Additional submittal requirements based on evaluation factors. Factor 1 � Proposed Components The offeror shall submit the following for Factor 1 (any missing information will result in an UNACCEPTABLE rating) formatted for digital review in either PDF or Word. The Offeror shall submit P/N, Model number and digital cutsheets along with any additional supporting documentation to show that the proposed equipment/components meet the specifications outlined in Product Description. The key components include 480V-low voltage switch gear and circuit breakers (Section 2.2), automatic transfer switch and controller with software features/programable controls (Section 2.3), and 13.8kV Medium-voltage, Switch gear and circuit breaker (Section 2.9) and Dry-type service transformer (Section 2.10). Factor 2 - Pricing Contractors are to provide pricing for each line item listed above. The Unit price shall be rounded to two (2) decimal places. The unit price and total price shall be firm fixed prices Submissions: All questions are to be submitted to the Contract Specialist Nathean Stoner at Nathean.w.stoner@usace.army.mil no later than 16 October 2025, at 10:00 AM Pacific Standard Time. Any questions submitted after that date may not be answered. Quotes shall be submitted in reply to this solicitation no later than Tuesday, 18 November 2025, at 10:00 AM Pacific Standard Time (PST). Offerors are responsible for verifying receipt of their quotes to this office before the offer due date and time. Facsimile (Fax) responses are not accepted. All quotes for this project are to be submitted to the Contract Specialist Nathean Stoner at Nathean.w.stoner@usace.army.mil and Contracting Officer Justin Figueredo at justin.f.figueredo@usace.army.mil by the closing date with email subject �W9127N25QA062, Cole M. Rivers Substation Equipment�. (End of provision) 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 � Proposed Components: The Government requires vendors to provide a breakdown of the proposed components/equipment that meet the specification outlined in the Production Description. The key components include 480-volt station service switch gear (Section 2.2), automatic transfer switch and controller with software features/programable controls (Section 2.3), and 13.8kV Medium-voltage, Switch gear and circuit breaker (Section 2.9) and Dry-type service transformer (Section 2.10) The vendor that proposes equipment that meets the specification for the proposed components will be given an �ACCEPTABLE� rating. Offerors who do not provide equipment that meets the specification will be given an �UNACCEPTABLE� rating. Factor 2 Price Evaluation: The Government shall review acceptable offers by lowest price. Price will also be evaluated to determine Price fair and reasonable. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Special Contract Requirements Escorting in classified and/or sensitive areas: In accordance with applicable regulations, all contract personnel who do not possess the appropriate security clearance or access privileges will be escorted in areas where they may be exposed to classified information or operations, sensitive information or activities, or restricted areas. Pre-screen candidates using E-Verify Program: Contractors shall comply with the requirements set forth in FAR clause 52.222-54 Employment Eligibility Verification and FAR Subpart 22.18 in using the E-Verify Program at (https://www.e-verify.gov/) (website subject to change) to meet the contract employment eligibility requirements. Contractors are encouraged to cooperate with Federal and State agencies responsible for enforcing labor requirements to include eligibility for employment under United States immigration laws in accordance with FAR 22.102-1(i). An initial list of verified/eligible candidates shall be provided to the COR no later than three business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, and submit it to the Contracting Officer to become part of the official contract file. Attachments Product Description Substation 25 Spet 25 Map to delivery location Substation Drawing Specifications Boneyard Pictures Boneyard Layout Sketch RFQ Clauses and Provisions. Question and Answer
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6b345c9cc0704c9db134b8071db19e83/view)
- Place of Performance
- Address: Trail, OR 97541, USA
- Zip Code: 97541
- Country: USA
- Zip Code: 97541
- Record
- SN07624520-F 20251023/251021230045 (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 |