- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
John Day Dam Turbine Replacement and Generator Rewind (TRGR)
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OR. Industry: NAICS 237990 • PSC Z2KA.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 46 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237990
Description
In addition to the following presolicitation notice, the U.S. Army Corps of Engineers (USACE), Portland District (NWP), is providing an opportunity to provide input regarding the planned inclusion of the requirement for a Project Labor Agreement (PLA) in advance of the imminent solicitation. Previous Respondents only need to reply if previous inputs regarding PLA inclusion have changed.
NWP seeks a contractor to design and build up to sixteen new turbine runners and rewind up to sixteen generators at the John Day Dam near Rufus, Oregon. Generating units 1-14 are located in Sherman County Oregon and units 15 and 16 are located in Klickitat County, Washington.
The work will replace the existing turbines, rewind the generators, and refurbish/replace associated ancillary equipment to:
- Improve reliability of turbine operations.
- Increase survival of turbine passed fish.
- Increase turbine efficiency.
- Increase operational flexibility.
This is a competitive unrestricted procurement using two-phase design-build and best value tradeoff source selection procedures under Federal Acquisition Regulation (FAR) subpart 36.3 and FAR Part 15. NWP intends to award one fixed-price contract with economic price adjustment (EPA).
This procurement is being conducted using full and open competition with HUBZone price evaluation preference.
The North American Industry Classification System (NAICS) code for this action is 237990; Other Heavy and Civil Engineering Construction with a small business size standard of $45M.
The estimated magnitude of construction is over $500,000,000.
DFARS clause 252.204-7021 Cybersecurity Maturity Model Certification (CMMC) Requirements are being developed and will be included in the solicitation as applicable.
Previous market research communications to industry for this project were posted to the System for Award Management (SAM) at SAM.gov. That information will remain available for 30 days from the date of this posting and is provided for reference only. Please note, the forthcoming official solicitation will govern all requirements. Any previous communications, including those referenced here, are now superseded and no longer valid. The prior information can be accessed at: https://sam.gov/workspace/contract/opp/e9f8a301055f4660ba27f00353b5cbfe/view
This synopsis is not a request for quotes (RFQ), proposals (RFP), or in an invitation for bids (IFB). This is a pre-solicitation notice indicating that a solicitation for a competitive acquisition for the award of one fixed-price contract with economic price adjustment (EPA) is intended to be issued via Contract Opportunities at SAM.gov. The tentative solicitation issuance date is by 09 January 2026. The solicitation will not be issued less than 15 days from the date of this notice. The specifications and drawings will be included with the solicitation once issued.
This announcement is for information and planning purposes only and is not a commitment by the Government to issue a solicitation or award a contract.
Phase 1 proposals will be due not less than 60 days from the date the solicitation is issued. The definitive proposal due date and time will be stated in the solicitation and any associated amendments that may be issued.
Contractors are responsible for checking SAM.gov for any update(s) to this notice.
Pursuant to FAR 4.1102, firms must be SAM registered at the time their offer is submitted for either solicitation phase. Proposals from offeror’s that have not registered or completed their online representations and certifications may be rejected. The initial registration process in SAM may take several weeks. Registration instructions may be obtained, and online registration may be accomplished, at www.SAM.gov
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.