15KV CLASS PREFABRICATED METAL-CLAD SWITCHGEAR & CONTROL HOUSE
Federal opportunity from R3312301 - NWCPUD | R3312 - NWCPUD • Northern Wasco County PUD. Place of performance: OR. Response deadline: May 12, 2026.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
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
Description
15KV CLASS PREFABRICATED METAL-CLAD SWITCHGEAR & CONTROL HOUSE 15KV CLASS PREFAB BLDG CONTRACT DOCUMENTS for the purchase and delivery of TWO (2) 15 KV CLASS PREFABRICATED METAL-CLAD SWITCHGEAR & CONTROL HOUSE for NORTHERN WASCO COUNTY PEOPLE’S UTILITY DISTRICT (OWNER) COLUMBIA HEIGHTS SUBSTATION for information regarding contract issues contact: Steven Horzynek Northern Wasco County PUD 541-506-3806 for information regarding technical issues contact: Martin Stoddard Stoddard Power Systems 541-228-9353 March 2026 NORTHERN WASCO COUNTY PUD PROPOSING REQUIREMENTS AND CONTRACT DOCUMENTS for purchase and delivery of TWO (2) 15 KV CLASS PREFABRICATED METAL-CLAD SWITCHGEAR & CONTROL HOUSE for NORTHERN WASCO COUNTY PEOPLE’S UTILITY DISTRICT (OWNER) COLUMBIA HEIGHTS SUBSTATION consisting of: PROPOSING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT TECHNICAL SPECIFICATIONS NORTHERN WASCO COUNTY PUD 2345 RIVER ROAD THE DALLES OR 97058 Copyright Stoddard Power Systems, LLC, 2026 Project No.: 25NWCPUD001 Copy No. Proj. #: 25NWCPUD001 MARCH 2026 (EQUIPMENT PURCHASE) i CONTENTS CONTENTS Pages PART 1—PROPOSING REQUIREMENTS 00 11 16 INVITATION FOR PROPOSALS .........................................................1.1-1 00 21 16 INSTRUCTIONS TO PROPOSERS ......................................................1.2-1 00 30 00 VICINITY AND LOCATION MAPS ....................................................1.3-1 00 42 43 PROPOSAL ............................................................................................1.4-1 00 43 13 BID BOND..............................................................................................1.5-1 00 43 43 PREVAILING WAGE RATES ..............................................................1.6-1 00 45 13 PROPOSER’S QUALIFICATIONS.......................................................1.7-1 EXHIBIT A - PROPOSAL EVALUATION CARD ............................................... 1.8-1 PART 2— CONTRACT FORMS 00 52 13 CONTRACT ...........................................................................................2.1-1 00 61 13.13 PERFORMANCE BOND ....................................................................2.2-1 00 61 13.16 PAYMENT BOND ..............................................................................2.3-1 PART 3— CONDITIONS OF THE CONTRACT 00 72 00 GENERAL CONDITIONS.....................................................................3.1-1 PART 4— SPECIFICATIONS 33 77 00 METAL-CLAD SWITCHGEAR & CONTROL HOUSE .....................4.1-1 PART 5—DRAWINGS METAL -CLAD SWITCHGEAR & CONTROL HOUSE - IFC PART 1 PROPOSING REQUIREMENTS Proj. #: 25NWCPUD001 MARCH 2026 00 11 16 (EQUIPMENT PURCHASE) 1.1-1 INVITATION FOR PROPOSALS TO FURNISH EQUIPMENT SECTION 00 11 16 INVITATION FOR PROPOSALS TO FURNISH EQUIPMENT NORTHERN WASCO COUNTY PUD, hereinafter called the OWNER, is inviting separate proposals to furnish, test, and deliver and set TWO (2) 15 kV Prefabricated Metal-Clad Switchgear & Control House. Sealed proposals or electronic proposals are acceptable. Sealed Proposals addressed to Purchasing will be received at the OWNER’S office, 2345 River Road, The Dalles, OR 97058 until 2:00 p.m. local time, on the 12th day of May, 2026. Proposals must be submitted in sealed envelopes in accordance with the Instructions to Proposers and identified as “Proposal
- Columbia Heights Substation Metal-Clad Switchgear & Control House”. Sealed
Proposals must include one flash drive that includes all electronic documents. Alternatively, proposals in electronic format must be submitted to purchasing@nwascopud.org via email before the deadline with a subject line “Proposal - Columbia Heights Substation Metal-Clad Switchgear & Control House” Contract Documents and information regarding this Invitation for Proposals may be obtained from the OWNER, Attention: Purchasing Email: purchasing@nwascopud.org Phone: 541-298-3323 Any contract interpretation shall be in writing in response to a written request by a Proposer; oral interpretations are not binding upon the OWNER. Proposals must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the OWNER as described in the INSTRUCTIONS TO PROPOSERS. The successful Proposer will be required to furnish additional bond(s) for the faithful performance of the Contract, as prescribed in the Contract Documents. Complete descriptive literature, as required by the Contract Documents, shall be submitted with the Proposer's proposal for the OWNER's and ENGINEER's review and evaluation. Prices quoted shall remain firm for a period of 75 days after the date stated for opening of Proposals. Prices quoted shall include delivery DDP, by the Proposer to the jobsite,at the Columbia Heights Substation, located at 1100 East 16th Place, The Dalles, Oregon. The selected Proposer will be responsible for coordinating delivery, unloading, and placement on the foundation with the OWNER. Before a Contract will be awarded for the work contemplated herein, the OWNER will conduct such investigation as is necessary to determine the performance record and ability of the apparent highest scoring Proposer to perform the size and type of work specified under this Proj. #: 25NWCPUD001 MARCH 2026 00 11 16 (EQUIPMENT PURCHASE) 1.1-2 INVITATION FOR PROPOSALS TO FURNISH EQUIPMENT Contract. Upon request, the Proposer shall submit such additional information as deemed necessary by the OWNER to evaluate the Proposer's qualifications. The right is reserved to reject all Proposals, or any Proposal not conforming to the intent of the Contract Documents, and to postpone the award of the Contract for a period of time which, however, will not extend beyond 60 days from the bid opening date; and to consider the Proposal which is to the best interest of the OWNER. Dated this 2nd of May, 2026. NORTHERN WASCO COUNTY PUD By: END OF SECTION Proj. #: 25NWCPUD001 MARCH 2026 00 21 16 (EQUIPMENT PURCHASE) 1.2-1 INSTRUCTIONS TO PROPOSERS SECTION 00 21 16 INSTRUCTIONS TO PROPOSERS 1.1 GENERAL INFORMATION The following instructions outline the procedure for preparing and submitting proposals. Proposers must fulfill all requirements as specified in these Contract Documents. 1.2 TYPE OF PROPOSAL A single lump sum price shall be submitted in the appropriate place in the proposal for the item(s). 1.3 PREPARATION OF PROPOSALS Proposers shall use only the proposal forms provided in these Documents. All blank spaces in the proposal form must be filled in physically or electronically in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in case of discrepancy between the amounts stated in writing and the amounts stated in figures. Prices quoted shall be DDP. with freight and full insurance paid by Proposer to the jobsite, Columbia Heights Substation, located at 1100 East 16th Place, The Dalles, Oregon 97058. The Proposer will be responsible for delivery, unloading, placement of the two (2) Metal-Clad Switchgear & Control Houses on the site foundation pad, and installation of all accessories. The Proposer is also responsible for coordinating delivery with the OWNER. The Proposer shall acknowledge receipt of all addenda in the proposal. Proposals received without acknowledgment or without the Addendum enclosed will be rejected without further evaluation. 1.4 STATE AND LOCAL SALES AND USE TAXES There is no State sales tax in Oregon. Other taxes as required by the laws and statutes of the State and its political subdivisions shall be paid by the Proposer. 1.5 SUBMISSION OF PROPOSALS All proposals must be submitted intact with the remainder of the Bidding Documents, not later than the time prescribed, at the place, and in the manner set forth in the Invitation for proposals. Proposals must be made on the proposal forms provided herein. Each proposal must be submitted intact with the remainder of these Documents in a sealed envelope, so marked as to indicate its contents without being opened and delivered in person or addressed and mailed in conformance with the instructions in the INVITATION FOR PROPOSALS. Sealed envelopes must include one flash drive with all electronic documents included. Alternatively, proposals in electronic format may be submitted to the OWNER’S Proj. #: 25NWCPUD001 MARCH 2026 00 21 16 (EQUIPMENT PURCHASE) 1.2-2 INSTRUCTIONS TO PROPOSERS Purchasing via email before the deadline with a subject line “Proposal – Columbia Heights Substation Metal-Clad Switchgear & Control House”. Purchasing Email: purchasing@nwascopud.org Phone: 541-298-3323 1.6 INFORMATION REQUIRED WITH THE PROPOSAL Proposals without sufficient submittal data to provide a complete evaluation will not be considered. See the Technical Specifications for specific submittal requirements. The Proposer shall clearly state in the proposal that all requirements in the Contract Documents will be complied with. Any exceptions taken to the Contract Documents must be listed as a separate item on the EXCEPTIONS TO THE CONTRACT DOCUMENTS form located in the proposal. Exceptions taken may be cause for rejection of the proposal. 1.7 WRITTEN MODIFICATION OF PROPOSAL Any Proposer may modify their proposal by retracting the original proposal and resubmitting a proposal at any time prior to the scheduled closing time for receipt of proposals, provided such resubmission is received by the OWNER prior to the closing time. 1.8 PROPOSAL SECURITY Proposals must be accompanied by a certified check or cashier's check drawn on a bank which is insured by the Federal Deposit Insurance Corporation, or a bid bond issued by a Surety authorized to issue such bonds in the state where the work is located, in an amount of 5 percent of the bid amount payable to the OWNER. This bid security shall be given as a guarantee that the Proposer will not withdraw his/her proposal for a period of 75 days after bid opening, and that if awarded the Contract, the successful Proposer will execute the attached Contract and furnish a properly executed Performance Bond and Payment Bond, each in the full amount of the Contract price within the time specified. The Attorney-in-Fact who executes this bond on behalf of the Surety must attach a notarized copy of his/her power-of-attorney as evidence of his/her authority to bind the Surety on the date of execution of the bond. Where State Statute requires, certification by a resident agent shall also be provided. If the Proposer elects to furnish a Bid Bond, they shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. 1.9 RETURN OF BID SECURITY Within 15 days after the award of the Contract, the OWNER will return the bid securities to all Proposers whose proposals are not to be further considered in awarding the Contract. All other retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Proposers' bonds and any guarantees Proj. #: 25NWCPUD001 MARCH 2026 00 21 16 (EQUIPMENT PURCHASE) 1.2-3 INSTRUCTIONS TO PROPOSERS which have been forfeited, will be returned to the respective Proposers whose proposals they accompanied. 1.10 AWARD OF CONTRACT The District will issue a Notice of Intent to Award in accordance with applicable procurement requirements. Proposers shall have seven calendar days from the date of issuance of the Notice of Intent to Award to submit a written protest. If no protest is received within the protest period, or upon final resolution of any timely protest, the District will proceed with contract execution in accordance with Section 1.12. The Notice of Intent to Award does not constitute acceptance of a proposal and does not create any contractual obligation. Acceptance shall occur only upon full execution of a written Contract by both parties. 1.11 BASIS OF AWARD The award will be made by the OWNER on the basis of that proposal from the highest scoring Proposer which, in the OWNER's sole and absolute judgment, will best serve the interest of the OWNER. All proposals will be considered on the basis outlined in Exhibit A. The OWNER reserves the right to reject all proposals, or any proposal not in conformance with the intent of the Contract Documents, and to waive any informalities and irregularities in said proposals. 1.12 EXECUTION OF CONTRACT After issuance of the Notice of Intent to Award and expiration of any applicable protest period, the Owner will transmit the final Contract documents to the successful Bidder or Proposer for execution via electronic signature. Within ten calendar days of receipt of the final Contract documents, excluding Sundays and legal holidays, the successful Bidder or Proposer shall execute the Contract and provide all required bonds and supporting documentation in the form required by the Contract Documents. Upon receipt and verification of the executed Contract and acceptable bonds, the Owner’s authorized representative will execute the Contract via electronic signature. The Contract shall not be binding until fully executed by both parties. If the selected Proposer fails to timely execute the Contract or provide required bonds, the Owner may cancel the selection and proceed to the next highest scoring Proposer. Any such action may be taken within seventy five calendar days after opening of proposals. The Contract shall not be binding until fully executed by both parties. Proj. #: 25NWCPUD001 MARCH 2026 00 21 16 (EQUIPMENT PURCHASE) 1.2-4 INSTRUCTIONS TO PROPOSERS 1.13 PERFORMANCE AND PAYMENT BONDS The successful Proposer shall file with the OWNER Performance and Payment Bond(s) on the form(s) bound herewith in the full amount of the Contract price, as security for the faithful performance of the Contract and payment of all persons supplying labor and materials for the work under this Contract, and to cover all guarantees against defective workmanship or materials, or both
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Northern Wasco County People's Utility District is inviting proposals for the purchase and delivery of two 15 kV class prefabricated metal-clad switchgear and control houses for the Columbia Heights Substation. Proposals must be submitted by 2:00 p.m. on May 12, 2026, with delivery requiring DDP to the job site at 1100 East 16th Place, The Dalles, Oregon. All proposals must adhere to specific submission guidelines outlined in the contract documents.
The buyer aims to procure two prefabricated metal-clad switchgear and control houses, including their delivery, unloading, and placement on site, while also meeting stipulated requirements for proposal submission and qualifications.
- Manufacturers of metal-clad switchgear
- Companies with experience in electrical infrastructure projects
- Firms capable of fulfilling installation and delivery requirements.
- Purchase and delivery of two 15 kV class prefabricated metal-clad switchgear.
- Loading, unloading, and placement of equipment at the Columbia Heights Substation.
- Coordination with the OWNER for delivery and setup.
- Completed proposal form using provided templates.
- One flash drive with all electronic documents.
- Bid bond or certified check as specified in the instructions.
- Acknowledgment of all addenda.
- Detailed literature describing proposed equipment.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Proposals must comply with local laws and regulations.
- No state sales tax applicable in Oregon.
- All documentation must be submitted as per the outlined contract forms.
- Quoted prices must be DDP, including freight and full insurance.
- Pricing should remain firm for 75 days post proposal submission.
- Consideration for prevailing wage rates in Oregon.
- Potential teaming with local electrical contractors for installation support.
- Subcontracting options for logistics and transportation services.
- Collaboration with engineering firms for technical specifications compliance.
- Risk of misinterpretation of the contract requirements.
- Potential delays in delivery impacting the project timeline.
- Competition may include well-established manufacturers; differentiation in proposal is crucial.
- What are the evaluation criteria for the proposals?
- Are there specific design features that are preferred for the switchgear?
- What is the anticipated timeline for final decision-making post-proposal submission?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Specific technical specifications for switchgear models.
- Details on warranty and maintenance expectations.
- Clear guidance on the submission format for electronic proposals.
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.