SOLICITATION NOTICE
61 -- Lost Creek Battery Chargers and Monitoring System
- Notice Date
- 5/29/2024 12:06:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N24Q0094
- Response Due
- 6/20/2024 2:00:00 PM
- Archive Date
- 07/05/2024
- Point of Contact
- Raymie Briddell, Phone: 5038084428, Darrell Hutchens
- E-Mail Address
-
raymie.l.briddell@usace.army.mil, darrell.d.hutchens@usace.army.mil
(raymie.l.briddell@usace.army.mil, darrell.d.hutchens@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION W9127N24Q0094 Lost Creek Project Battery Chargers & Monitoring System Acquisition U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (CENWP) 29 May 2024 This is a combined synopsis/solicitation for commercial supplies 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 W9127N24Q0094 is a Request for Quotes under FAR Part 13 for the establishment of a firm fixed price contract to purchase and deliver 2 new battery chargers and a battery monitoring system for the existing battery bank at Lost Creek Powerhouse to monitor 58 cells for the 125VDC lead acid battery bank, components must meet the specifications included in the statement of work.� These items will be delivered to Lost Creek project, Trail, Oregon, USA in support of US Army Corps of Engineers (CE), Portland District (NWP) Operations Division (OD), Willamette Valley, and Rogue River Project (CENWP-ODVR). The solicitation document�s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. This solicitation is advertised as a 100% Total Small Business Set-Aside under NAICS Code 335999, Battery chargers, solid-state, manufacturing with a Small Business Size Standard of 600 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, product data for battery chargers and battery monitoring system, factory inspection and tests of equipment prior to shipping, for the following items: 2 battery chargers which meet Statement of Work specifications (5.3), battery monitoring system which meets specifications in SOW 5.4, additional parts and special tools identified in SOW 5.3.17 & 5.4.5. DESCRIPTION: The Lost Creek Powerhouse, within the Rogue River Basin Project requires 2 new battery chargers that conform to NEMA PE 5 and UL 1564; each charger must be 100 ampere, 125 volt DC static battery charger with 480 volt AC input and designated BCE1 and BCE2.� The chargers must be identical make and model to each other.� See Statement of Work for dimensions and specifications.� Quote must include 1 main control PC board with firmware pre-loaded, 5 fuses of each type, 1 SCR rectifier module, 6 filter capacitor for battery eliminator, 1 lot spare lamps of each type and one additional spare board of each type.� Quote must also include a battery monitoring system for the existing battery bank at Lost Creek Powerhouse to monitor 58 cells for the 125VDC lead acid battery bank, battery monitoring system must be in accordance with Part 4 of IEEE 1491 and meet the specifications included in the statement of work.� These items will be delivered to Lost Creek project, Trail, Oregon. The below supplies shall come with all standard commercial warranties, instructions, manuals, guides, literature, product sheets, procedure guides, factory inspection and testing, etc. CLIN 0001, Quantity: 2 Each, New Battery Chargers that conform to NEMA PE 5 and UL 1564; each charger must be 100 ampere, 125 volt DC static battery charger with 480 volt AC input and designated BCE1 and BCE2.� The chargers must be identical make and model to each other. Chargers must meet specifications in 5.3 of the statement of work. CLIN 0002, Quantity: 1 Each, Battery Chargers Accessory System consisting of: 1 main control PC board with firmware pre-loaded, 5 fuses of each type, 1 SCR rectifier module, 6 filter capacitor for battery eliminator, 1 lot spare lamps of each type and one additional spare board of each type; reference 5.3.17 of statement of work. CLIN 0003, Quantity: 1 Each, PC Based Battery Monitoring System for the existing battery bank at Lost Creek Powerhouse, to include a computer, monitor, keyboard, mouse, and the most current USACE approved Windows Operating System (Windows 10, 22H2 build).� Battery monitoring system must be in accordance with Part 4 of IEEE 1491 and meet the specifications included in 5.4 of the statement of work. CLIN 0004, Quantity: 1 Each, Battery Monitoring System Accessory System consisting of: 2 spare cell monitors/sensors of each type, 1 spare float current transformer of each size, 1 spare data processor unit/ �Hub�, Special manufacturer required tools, reference 5.4.5 of the statement of work. FOB Destination Shipping Costs to be Included in the Unit Prices of the Above CLINs. Delivery Support: No install required; government forklift will support offload of palletized equipment. Delivery Schedule: Delivery of above products is to be 60 days from date of award. (If additional time is needed the contractor shall provide justification for additional time within their quote) Supplies will be inspected/accepted: All supplies will be inspected/accepted at Destination by Government. Delivery Information: Ship to: US Army Corps of Engineers (USACE) Attn: Matt Brougher (541)-878-1083 Lost Creek Dam 100 Cole M. Rivers Dr., Trail, OR 97541 Monday � Thursday, 0730 - 1600 52.212-1���� INSTRUCTIONS TO OFFERORS�COMMERCIAL ITEMS (MAR 2023) � ADDENDUM Proposals shall include the following: Name / Date: ������������������������������������������������������������������������������������������������������������������������� Address / Telephone No.: ������������������������������������������������������������������������������������������������������ Cage Code (or UEI, both from SAM): �������������������������������������������������������������������������������� All questions should be submitted via email to Raymie L. Briddell, Contract Specialist, at Raymie.L.Briddell@usace.army.mil and Darrell D. Hutchens, Contracting Officer, at Darrell.D.Hutchens@usace.army.mil no later than 05 JUNE 2024, at 2:00 PM PST. The submitted questions and Government�s official answers will be compiled and provided to all offerors. Quote � Provide pricing, design drawings, and O&M literature in accordance with the foregoing CLINs. Provide a technical description of the supplies being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, to include product literature, or other documents, if necessary. Quotes shall include all Standard Commercial Warranties, Completed Representations & Certifications, and detailed equipment specification sheets. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ. Submissions: Quotes are due no later than 20 JUNE 2024, at 2:00 PM 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. If you have any questions or concerns, you may contact Ms. Raymie Briddell by email at Raymie.L.Briddell@usace.ary.mil. Quotes must be emailed to: Raymie.L.Briddell@usace.army.mil & Darrell.D.Hutchens@usace.army.mil. Upon award and satisfactory completion of delivery and installation, payment will be made through: USACE, Finance Center cefc-g2invoices@usace.army.mil Attn: CEFC-AO-P 5722 Integrity Drive Millington, TN 38054-5005 With an electronic copy submitted to Quenton.P.Chocktoot@usace.army.mil. �(End of provision) 52.212-2 EVALUATION � COMMERICAL ITEMS (NOV 2021) The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable 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: Technical Acceptance Price Technical Acceptance The Government will evaluate the extent to which the quote demonstrates technical capability relative to the requirements in the SOW.� Offerors shall provide documentation of all components affirming the specifications for battery chargers meet statement of work 5.3, AC input ampere, DC output ampere, AC input voltage, DC output voltage (floating and equalizing), equalizing charge timer, input and output circuit breakers with bell alarm as specified, AC voltmeter, AC ammeter, DC voltmeter, DC ammeter, Onboard ground detection, and dimensions. The Government will evaluate the extent to which the quote demonstrates technical capability relative to the requirements in the SOW.� Offerors shall provide documentation of all components affirming the specifications for battery monitoring system meets statement of work 5.4 and is in accordance with Part 4 of IEEE 1491, provides necessary hardware (see 5.4.2 of SOW), the software package is capable of displaying, receiving, recording the measured parameters (see 5.4.4 of SOW) and must be the product of a firm specializing in providing monitoring systems for a 58 cell, 125 VDC lead acid battery bank (see 5.4.3 of SOW), accessory system provides components detailed in 5.4.5 of SOW. The Government will evaluate both the chargers and battery monitoring system and offeror documentation to confirm that all components were assembled and tested and factory inspected to confirm all applicable requirements of ANSI, IEEE Standards and NEMA Publications. Price Submit a price quote along with any required representations and certifications. Provide pricing for the CLINs identified in the price schedule. 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) Attachments Clauses and Provisions Statement of Work STATEMENT OF WORK LOST CREEK BATTERY CHARGERS & MONITORING SYSTEM ACQUISITION GENERAL STATEMENT: This statement of work (SOW) covers all work required to provide and deliver two (2) battery chargers and a battery monitoring system for the Lost Creek Powerhouse in Trail, Oregon. The Contractor must provide all personnel, materials, vehicles, supervision, and other items and services necessary to provide the items as defined in this statement of work. The Contractor must perform to the standards in the contract and comply with all local, state, and federal regulations in the completion of work. This SOW is a general summary of the required work and is not all-inclusive. The work described within these specifications include, but not necessarily be limited to the following: � � �2. THE CONTRACTOR MUST PROVIDE: Contractor must provide documents listed in paragraph (5.2) Contractor must provide two battery chargers which meet the specifications described in paragraph (5.3) Contractor must provide a battery monitoring system which meets the specifications described in paragraph (5.4) Contractor must provide spare parts or special tools for both battery chargers and battery monitoring system as described in paragraphs (5.3.17 and 5.4.5) Contractor must conduct tests and produce reports as described in paragraph (5.2.2 and 6.1). Contractor must provide warranty as described in paragraph (6.3). Contractor must provide transport and delivery of new equipment as described in paragraph (5.5). Contractor must provide proposed delivery schedule. � � �3. CHANGES IN SPECIFICATIONS AND DRAWINGS The Government reserves the right to revise or amend the specifications prior to the date set for opening bids. Copies of such amendments will be furnished to all prospective bidders. If the revisions and amendments require material changes in quantities or prices bid, or both, the date set for bid opening may be extended to enable bidders the opportunity to revise their bids. The amendment will include an announcement of the new date for opening bids. � � � 4. DEFINITIONS AND REFERENCE The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only: American National Standards Institute (ANSI):�ANSI C12.1 (2014; Errata 2016) Electric Meters � Code for Electricity Metering Institute of Electrical And Electronics Engineers (IEEE): �IEEE C37.90.1 (2013) Standard for Surge Withstand Capability (SWC) Tests for Relays and Relay Systems Associated with Electric Power Apparatus IEEE 1491 (2012)�Guide for Selection and Use of Battery Monitoring Equipment in Stationary Applications National Electrical Manufacturers Association (NEMA):� NEMA 250 (2020)�Enclosures for Electrical Equipment (1000 Volts Maximum) NEMA ICS 1 (2022)�Standard for Industrial Control and Systems: General Requirements NEMA PE 5 (1997; R 2003) Utility Type Battery Chargers Underwriters� Laboratories (UL):� UL 1564 (2006) UL Standard for Safety Industrial Battery Chargers UL 1778 (2014)�Reprint Sep 2017) UL Standard for Safety Uninterruptible Power SystemsSPECIFICATIONS � � � 5.�SPECIFICATIONS � � � � � 5.1� Base Items Provide two (2) new battery chargers accessories and accessory systems as specified in �Battery Chargers�. Provide battery monitoring system accessories and accessory systems as specified in �Battery Monitoring System�. Provide an operation and maintenance manual as specified in �Operation and Maintenance Manual�. ��5.2 Specification Documents and Submittals Government approval is required for all submittals listed.� � � �����5.2.1. SD-03 Product Data ����������Submit within 60 days after receipt of Notice to Proceed: ���������������5.2.1.1. Product data for battery chargers ���������������5.2.1.2. Product data for battery monitoring system � � �5.2.2. SD-06 Test Reports � � � � �Submit three certified copies within 10 days after completion of tests prior to shipment: � � � � � � �5.2.2.1. Factory inspection and tests � � �5.2.3. SD-10 Operation and Maintenance Data � � � � Submit a minimum of 30 days prior to field test: � � � � � � 5.2.3.1. Operation and Maintenance (O&M) Manual for battery chargers � � � � � � 5.2.3.2. Operation and Maintenance (O&M) Manual for battery monitoring system �5.3 Battery Chargers ��5.3.1 �General �� �Provide two (2) battery chargers that conform to NEMA PE 5 and UL 1564. Each charger must be 100 ampere, 125 volt DC static battery charger with 480 volt AC input, designated BCE1 and BCE2. The chargers must be identical make and model to each other. Each of the charger enclosure must not be any larger than 27.0""W x 24.5""D x 43.65"". The chargers must possess, at minimum, the following: � � � �Means for adjusting the floating voltage. � � � �Means for adjusting the equalizing voltage. � � � �An equalizing charge timer as specified in paragraph EQUALIZING CHARGE TIMER. � � � �Circuit breakers with bell alarm and auxiliary contacts, AC and DC, as specified in paragraph Protection. � � � �An AC voltmeter as specified in paragraph Local Indicating Meters. � � � �An AC ammeter as specified in paragraph Local Indicating Meters. � � � �A DC voltmeter as specified in paragraph Local Indicating Meters. � � � �A DC ammeter as specified in paragraph Local Indicating Meters. � � � �Onboard ground detection and a switch, mounted on the front panel, to disable the onboard ground detection device unless ground detection can be disabled using the front panel control. 5.3.2 Input �� �The input to battery chargers BCE1 and BCE2 will be 480 volt, three-phase, 60 Hz, with a voltage range of 424-508 volts and a normal frequency variation of plus or minus five percent.� 5.3.3. Output ���Each charger must have the following output provisions: Zero to 100 percent rated amperes continuous. A minimum adjustable float range of 130 volts plus or minus five percent. A minimum adjustable equalizing range of 135-145 volts, with the initial setting at 140 volts. 5.3.4. Voltage Regulation �� �5.3.4.1. Output regulation must be +/- 0.5 percent of the float voltage at zero to 100 percent of rated charger capacity with the AC input variations stated previously and with the battery connected. �� �5.3.4.2. Regulation must be +/- 1.0 percent of the equalize voltage. 5.3.5. Reverse Current �� �5.3.5.1. Limit the reverse current to 0.1 percent of rating into the chargers. during an AC supply voltage outage, during charger failure, or during equalizing. �� �5.3.5.2. Failure and restoration of an AC supply voltage must not require manual reset operations. �� �5.3.5.3. The charger must resume operation in the mode it was in prior to the failure. 5.3.6. Output Current Limit �� �5.3.6.1. Factory set the output current limit at 100 percent of rating and be adjustable from 50-100 percent. Current limiting operation should not result in damage to battery charger. �� �5.3.6.2. Adjustment provisions must be accessible from the front of the charger. 5.3.7. Battery Eliminator Option �� �5.3.7.1. Each charger must be capable of carrying the load with the battery disconnected (battery eliminator operation) with a maximum 100 mV change in ripple voltage in accordance with NEMA PE 5, with and without the batteries online. 5.3.8.Cooling �� �5.3.8.1. Each charger must be convection cooled for a temperature of 40 degrees C maximum rise in a 25 degree C ambient temperature room. 5.3.9. Load Sharing �� �5.3.9.1. The chargers must be capable of sharing load for parallel operation and capable of operating independently if one drops off, the other charger must instantly pick up, without damage occurring to either charger. �5.3.10. Protection �� �5.3.10.1. Provide each charger with input and output magnetic circuit breakers, with voltage and current ratings suitable for the specified input and output. �� �5.3.10.2. The solid state electronic circuits must have AC and DC transient voltage protection adequate to withstand the IEEE C37.90.1 SWC tests applied to both input and output terminals. �� �5.3.10.3.Provide two normally open and two normally closed auxiliary contacts on all breakers so that external control circuits can ascertain the closed status or the opened/tripped status of the breaker or contactor. �� �5.3.10.4. These contacts will be in addition to any contacts that may be required on the breakers for the alarms specified in paragraph ALARM RELAYS. �� �5.3.10.5. The interrupting rating of both AC and DC breakers must not be less than 18,000 amperes. 5.3.11. Equalizing Charge Timer �� �5.3.11.1. Provide an adjustable 0 to 72-hour timer for automatically resetting each battery charger from an equalizing charge setting to a normal float charge setting after a preset period of time. �5.3.12. Audible Noise �� �5.3.12.1. The audible noise at 5 feet must be less than 70 decibels (dB) above ambient at 100 percent load. �5.3.13. Terminals �� �5.3.13.1. The input and output terminals in each charger must be suitable for wire size required for 100 amperes, with temperature rating of 75�C. �� �5.3.13.2. Provide lugs, or lug adapters, to allow connection of two separate load feeders of equal size for all output circuit breakers. �5.3.14. Local Indicating Meters �� �5.3.14.1. Provide indicating meters of the 1 percent accuracy class and conform to ANSI C12.1. �� �5.3.14.2. The meters must be digital in the battery charger cabinet. �� �5.3.14.3. Connect each battery charger voltmeter to the load side of the DC breaker. �� �5.3.14.4. Provide the following meters on each battery charger:� �� ��� �AC input voltmeter. �� ��� �AC input ammeter. �� ��� �DC output voltmeter. �� ��� �DC output ammeter. 5.3.15. Alarm Relays �� �5.3.15.1. Relays must meet the applicable requirements of NEMA ICS 1. �� �5.3.15.2. Contacts suitable for 0.5A @ 125 Vac/Vdc, are required to be supplied with all alarm relays. �� �5.3.15.3. Local alarms shall have indication light on the front of the battery charger in addition to output contact. �� �5.3.15.4. Master trouble contact must operate for all listed local relay actions. �� �5.3.15.5. Provide an indicator light and output relay contact to indicate the following conditions (at a minimum): �� ��� �AC input failure, local alarm.� �� ��� �High DC output voltage, local alarm. �� ��� �Low DC output voltage, local alarm. �� ��� �Battery charger failure, local alarm. �� ��� �Output circuit breaker trip, remote alarm. �� ��� �Master trouble contact, remote alarm. 5.3.16. SCADA Input �� �5.3.16.1. Outputs to SCADA system should include AC Volts/Amps, DC Volts/Amps, via analog 4-20mA outputs. 5.3.17. Accessory System Provide the following parts as spares if applicable: One - Main control PC board with firmware pre-loaded. Five - Fuses of each type used. One - SCR rectifier module. Six - Filter Capacitor for battery eliminator. One - Lot spare lamps of each type used in indicating lights, if replaceable. One additional Spare board of each type not otherwise listed required for operation. 5.4. Battery Monitoring System � � �5.4.1. General Provide a battery monitoring system for the existing battery bank at Lost Creek Powerhouse to monitor each of the 58 cells for the 125VDC lead acid battery bank. Battery monitoring system must be in accordance with Part 4 of IEEE 1491.� � � �5.4.2. Hardware �� �5.4.2.1. The monitoring system must be PC-based, and must include a computer, monitor, keyboard, mouse, and the most current USACE approved Windows Operating System (Windows 10, 22H2 build). �� �5.4.2.2. Computer must be compatible to be mounted within standard server rack. �� �5.4.2.3. System must be capable of providing an external output for at least one trouble indication alarm. �� �5.4.2.4. The battery monitoring system must have terminals for power to be permanently hard wired from a dedicated circuit breaker. �� �5.4.2.5. It must not be powered by a convenience outlet. � �5.4.3. Software �� �5.4.3.1. The system must include a software package capable of displaying, receiving and recording the measured parameters and must be the product of a firm specializing in providing software for this purpose, regularly engaged in that business for a minimum of five (5) years. �� �5.4.3.2. The software must have data logging capability. �� �5.4.3.3. The software package and version must have been in commercial use for a minimum of the last three (3) years. �� �5.4.3.4. The user interface must be such that parameters may be queried by the mouse from selections displayed on the monitor and must not require the use or knowledge of a specialized computer programming language. �� �5.4.3.5. The Contractor must configure the software for the batteries. 5.4.4. Measurement Parameters �� �5.4.4.1. General �� � � �5.4.4.1.1Parameters to be monitored on all batteries must at a minimum include: �� � � �5.4.4.1.2. Cell voltage �� � � �5.4.4.1.3. String voltage �� � � �5.4.4.1.4. Cell resistance �� � � �5.4.4.1.5. Float current �� � � �5.4.4.1.6. Discharge current �� � � �5.4.4.1.7. Ambient temperature 5.4.5. Accessory System �� �Provide the battery monitoring system with the manufacturer's standard recommended accessories and spare parts, including but not limited to the following: �� ��� �Two spare cell monitors / sensors of each type used. �� ��� �One spare float current transformer of each size used. �� ��� �One spare data processor unit / �Hub� of each type used. �� ��� �Special tools as required by the manufacturer for maintenance. 6. EXECUTION �� �6.1. Inspection and Tests �� � � �6.1.1. Each battery charger and battery monitoring system unit must be completely assembled and given all applicable production tests and Factory Inspection and Tests. �� � � �6.1.2. Factory test equipment and the test methods used must conform to the applicable requirement of ANSI, IEEE Standards and NEMA Publications. �� � � �6.1.3. All equipment and apparatus prior to be provided must be subject to factory inspection. �� � � �6.1.4. No apparatus will be accepted until all required production tests and other necessary inspections have been made or certified copies of reports of tests have been accepted. �� � � �6.1.5. Acceptance of apparatus or waiving of the inspection thereof will in no way relieve the Contractor of the responsibility for providing apparatus meeting the requirements of these specifications. �� �6.2. Operation and Maintenance Manual �� � � �6.2.1. Supply an Operation and Maintenance (O&M) Manual for the battery chargers and battery monitoring system. �� � � �6.2.2. Separate manuals for each may be submitted. �� � � �6.2.3. Include in the manual, at the minimum, the following: �� ��� �6.2.3.1. Detailed instructions on the operation and maintenance of the battery chargers and monitoring system with and without a battery bank in service. �� ��� �6.2.3.2. Electrical control drawings and internal layout drawings of the battery chargers and monitoring system. �� ��� �6.2.3.3. Wiring diagrams of the battery chargers, monitoring system, and instructions/manual to make external connections to the annunciation system. � � 6.3. Warranty �� � � �6.3.1. A two year warranty must be provided by the contractor in order for the government to ensure that new Provided battery chargers and monitoring system are inspected, tested, installed and is completely operational as intended. �� � � �6.3.2. If any battery charger unit or monitoring system fails during warranty period it will be rejected, and a new charger and/or monitoring system must be provided by the contractor and tested by the government. �� � � �6.3.3. The contractor must warrant that the equipment and all parts must be free from defects in design, manufacturing, and material. �� � � �6.3.4. The warranty must be extended for a minimum of two (2) years after commercial operation. If: �� ��� �6.3.4.1. During the warranty period, modifications or repairs of the subject equipment are necessary. �� ��� �6.3.4.2.The warranty period must be extended for a minimum of two (2) years from the date of the completion of repair or modification. �� �6.4. Lost Creek Powerhouse Coordination and Access �� � � 6.4.1. Deliveries must be avoided during the �weekend� which includes Friday, Saturday, Sunday, and Federal Holidays. �� � � 6.4.2. Delivery scheduling, offloading location and site access must be coordinated with the Lost Creek Project. �� � � 6.4.3. All deliveries must be coordinated with Matthew James Brougher, Maintenance Crew Supervisor, 541-878-1083, at Lost Creek Powerhouse, Rogue River Basin Project, 100 Cole M. Rivers Dr, Trail, OR, 97541. See SF 1449 - CONTINUATION SHEET
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba98f855c2ac4af19f0e98af6e8b19d7/view)
- Place of Performance
- Address: Trail, OR 97541, USA
- Zip Code: 97541
- Country: USA
- Zip Code: 97541
- Record
- SN07079928-F 20240531/240529230058 (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 |