SLED Opportunity · WASHINGTON · PEND OREILLE PUBLIC UTILITIES DISTRICT

    Long-Term Facilities Plan

    Issued by Pend Oreille Public Utilities District
    localRFQPend Oreille Public Utilities DistrictSol. 25-406
    Closed
    STATUS
    Closed
    due Jan 15, 2026
    PUBLISHED
    Dec 9, 2025
    Posting date
    JURISDICTION
    Pend Oreille
    local
    NAICS CODE
    541310
    AI-classified industry

    AI Summary

    Pend Oreille Public Utilities District seeks a qualified architectural firm for a long-term facilities plan including needs assessment, design, and construction management for multiple sites to support 30 years of operational growth. RFQ submissions due January 15, 2026.

    Opportunity details

    Solicitation No.
    25-406
    Type / RFx
    RFQ
    Status
    active
    Level
    local
    Published Date
    December 9, 2025
    Due Date
    January 15, 2026
    NAICS Code
    541310AI guide
    Agency
    Pend Oreille Public Utilities District

    Description

    SEE THE "DOCUMENS" TAB FOR A PDF OF THE RFQ 25-406 REQUEST FOR QUALIFICATIONS LONG TERM FACILITIES PLAN PUBLIC UTILITY DISTRICT NO. 1 of PEND OREILLE COUNTY Public Utility District No. 1 of Pend Oreille County (the District), is issuing a Request for Qualification (RFQ) for a qualified professional architectural firm to provide a long-term facilities plan. Purpose, Project Requirements & Scope Selected firm will conduct spatial planning, needs assessment, design and build services for the potential development of a District Campus. This project aims to meet the District’s operational and future growth needs through the efficient and functional design of facilities, including the evaluation of remodeling the current facilities or constructing at a greenfield site. The chosen firm will conduct a comprehensive assessment to ensure the campus optimally supports current and future operations, with a design that emphasizes sustainability, adaptability, growth and efficiency. The District has four sites to be included in this architectural analysis. Currently the District has two operations centers, a south-county center that houses warehouse space, line equipment, fleet services and storage buildings, and a smaller north-county center that houses warehouse space and line equipment. A third site contains pole and transformer storage. The District’s administrative building is located across the street from the south-county operations center. Locations are listed below. Project Locations Newport Operations Center: 112 S. Union Ave, Newport, WA 99156 Administrative Offices: 130 N. Washington Ave, Newport, WA 99156 Diamond Lake Storage Yard: 9262 Coyote Trail Rd, Newport, WA 99156 Ione Operations Center: 310 Central Ave, Ione, WA 99139 Project Requirements This work is to evaluate existing facilities’ capacity to meet the District’s needs for the next 30-year period. It is expected the selected firm will: Inspect the District’s current footprint to understand how the space is utilized in performing the variety of job functions. Meet with District staff to understand the District’s operations, and current and future requirements. Inspect the buildings and properties currently in use by the District. Develop a needs assessment report with information that has been gathered from the District. Identify and evaluate the options available to the District to address its future needs, including development of costs for each option, and present the options to District staff and Board of Commissioners. Develop a master planning report to present to District staff and Board of Commissioners. Create a conceptual site plan and building phasing plan including budget cost estimates. Provide engineered drawings and project management for the construction process. Scope of Service Task One - Needs Assessment: Meet with key stakeholders of the District to understand the functional requirements of each group of employees and their relationship with other staff and departments. The functional requirements of the different work groups should focus on the short-term needs (5-10 years) as well as the long-term needs (10-30 years) of each department. The deliverable for Task One shall be a report to the District. Task Two – Identification of Potential Options: Identify and evaluate potential options that are suitable for addressing the District’s needs. This may range from construction of new facilities on a new site or remodel of an existing facility on site. All evaluations shall involve a comparison of the items that have been determined to be most critical, along with a planning level cost estimate to support all options. Provide an analysis of constructability, life cycle costs, schedule considerations and value engineering. The deliverable for Task Two shall be a report to the District and presentation to the Board of Commissioners with the goal of selecting a preferred option. Task Three – Development of a Master Plan and Final Concept: Develop a preliminary master plan for the preferred option and outline how that solution would address the District’s long-term needs. The plan shall include a conceptual site plan, building phasing plan and budget cost estimate. The final report and findings will be presented to the District’s Board of Commissioners. Task Four – Design and Construction Management: Construction Management: Create engineered drawings and specifications for bidding and construction of each phase of construction. Assist the District with project management throughout the construction process to ensure potential changes are addressed, and the project is completed on time and within budget. Conduct regular site visits and meetings to monitor progress and address any issues. Required Qualifications Company must provide documentation that the firm is licensed to do business in the State of Washington. The consulting company must have been in business for more than ten (10) years. Experience working with public agencies, including familiarity with public works bid processes, and effective communication with an elected Board of Commissioners. Experience in evaluation and design of power utility sites, including conducting needs assessment and evaluation for development of conceptual designs as evidenced by at least three (3) project summaries. Experience in developing design and construction drawings. Statement of Qualification (SOQ) Requirements Submissions should be prepared and organized in a clear, concise manner and must include all information required by this RFQ. Headers or titles should be used to identify required information. At a minimum, the consultant’s response must include the following: Provide an introductory letter indicating the Consultants interest in offering these services to the District and highlight its qualifications to perform this engagement. Letter must include the firm’s name, authorized contact person, address, phone number, and email address. Provide an organizational chart identifying all proposed team members and describing their responsibilities for this project. Provide professional qualifications/resumes of each member of the project team. If applicable, describe any portion of the work that will be performed by a subcontractor and provide information about their professional qualifications. Provide project summaries and references of at least three (3) projects the firm has completed that are similar to the project described in this RFQ. For each project, include: Name, address and telephone number of the client Summary of the firm’s role/responsibility in the projects along with the deliverables Name of the firm’s project manager and personnel who worked on the project, with a description of their roles. Budget and actual project cost. Specific elements of the projects that are similar to the project described in this RFQ. Provide additional information as necessary to demonstrate the Required Qualifications can be provided, and the firm’s ability to complete the project successfully. Identify Consultant’s availability or scheduled workload to complete all components for this project. Provide a description of the specific tasks listed in the Scope of Services and explain your approach on how you will complete these to align with the District’s needs. Include proposed dates, milestones and any key assumptions. Include any recommendations for additional services which may benefit the District. Describe your proposed project management and communications approach for this contract. Provide a description of the company’s quality assurance/quality control plan. Pricing/rates are to be excluded from the RFQ, as this is a qualifications-based selection process that does not look at pricing/rates. Insurance Requirements The respondent to whom this is awarded to shall maintain at its own expense, and provide copies to the District upon demand, the following insurance policies, with the District named as an additional insured: Commercial General Liability Insurance on an occurrence basis with single limit of not less than $1,000,000 and $2,000,000 annual aggregate; and Professional Liability Insurance on an occurrence basis with single limit of not less than $1,000,000 and $2,000,000 annual aggregate; and Automobile liability insurance on an occurrence basis of not less than $1,000,000 combined single limit or equivalent for both injury and property damages as a result of any one occurrence, including coverage for owned, hired, and non-owned automobiles. RFQ Submittals Qualifications must be submitted using ProcureWare, the Districts online contracting portal, at popud.procureware.com no later than January 15, 2026 at 2:00pm PST. Submittals received after the above date and time for any reason will not be considered. Questions related to this RFQ must be submitted by way of ProcureWare no later than January 6, 2026 at 2:00pm PST. Responses to these questions will be made available to all registered respondents via ProcureWare. Proposed Evaluation Schedule The District intends on having responses evaluated by February 5, 2026 at 2:00pm PST . If necessary, the District will conduct evaluation interviews between the dates of February 9, 2026 and February 19, 2026. Tentative selection date for the award of this contract is set for March 3, 2026 . Evaluation of the RFQ The District will evaluate each submittal for completeness to the RFQ. Submittals that do not meet the minimum requirements will not be considered. The District reserves the right to reject all submittals and modify or withdraw the RFQ. The District will award the contract to the most qualified respondent based upon the factors identified below. The District will engage the respondent with the highest scoring response to discuss a service agreement. Should the District fail to secure an agreement with the selected entity, the District may elect to pursue an agreement with the next highest scoring entity. Respondents will be evaluated based on the following: Company experience (25 Points) Experience and qualifications of the Consultant in performing needs assessments and evaluation of the site for the development of a conceptual design. Demonstration of success with similar projects. Experience with public sector clients and board of elected officials. The Consultant’s ability to incorporate this contract into its present workload. Qualifications of the Project Team (20 Points) Significant consideration will be given to the individual qualifications of the team members identified in the proposal, including years of experience, years with the firm and experience with similar projects. Project Approach and Schedule (30 Points) This includes a demonstrated understanding of the objectives, scope and purpose of the contract, with a specific explanation of how the consultant proposes to achieve the District’s goals. References and Client Feedback (25 Points) Review and thoroughness of references provided, including project work completed along with correspondence with references on project experience. Interview Consultants may be requested to take part in an interview to answer questions from the District’s review panel. The District reserves the right to cancel this RFQ at any time, or issue amendments or corrections. The District reserves the right to award this contract, or to not award this contract. Women’s, minority, and small business enterprises are encouraged to apply. The District is an equal opportunity employer.

    Key dates

    1. December 9, 2025Published
    2. January 15, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.