Transformer and Substation
ID: RFP-A25-1118-v2Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFAMES LABORATORY - DOE CONTRACTORAmes, IA, 50011, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Ames National Laboratory, operated by Iowa State University under a contract with the U.S. Department of Energy, is soliciting proposals for the procurement of goods and services related to the "Transformer and Substation" project. This initiative aims to acquire specific substation equipment, including medium-voltage transformers and switchgear, to enhance the laboratory's operational capabilities. The project is critical for ensuring reliable electrical distribution within the facility, adhering to industry standards and safety regulations. Interested vendors must submit their proposals by June 20, 2025, and can reach out to Hunter Hall at hjhall@ameslab.gov or call 515-294-5403 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Terms and Conditions for Fixed-Price Commercial Products and Services between the Ames National Laboratory and its subcontractors. It specifies definitions and guidelines for acceptance, disputes, compliance with environmental laws, and employee concern protocols. Key clauses include provisions on payment, risk of loss, termination rights—both for convenience and cause—and warranties for services and supplies. The document emphasizes the importance of using genuine materials and preventing the use of counterfeit parts. Additionally, it mandates compliance with various federal regulations, including those related to export controls and employee rights. The inclusion of legal clauses ensures both parties understand their obligations and rights under U.S. law, establishing a framework for performance expectations and dispute resolution. This comprehensive set of terms illustrates the federal government’s approach to managing contracts, showcasing essential compliance standards relevant to government RFPs and grants.
    The document outlines contractor/vendor requirements for the procurement of substation equipment by Ames Lab under Project PRJ0012953 MD 150. The main purpose is to ensure the delivery and handling of specified Square D and Schneider Electric equipment while coordinating with the appointed General Contractor (GC) and adhering to safety standards. Key responsibilities of the GC include scheduling, maintaining a clean work area, and informing Ames Lab of any delivery timeline changes. Equipment specifications encompass medium-voltage sections, transformers, and circuit breakers, with strict adherence to delivery and handling guidelines as directed by the Project GC. Notably, the Davis-Bacon wage rate requirements do not apply, and substantial completion is expected by Spring 2026. The document serves to clarify expectations and procedures for contractors within federal project frameworks, ensuring compliance with both safety and logistical requirements.
    The document outlines specifications for the pre-purchase of secondary unit substations with associated switchgear at Ames Lab. It includes detailed sections on requirements for manufactured units, medium-voltage metal-clad switchgear, dry-type transformers, and secondary distribution sections. The specifications emphasize compliance with industry standards, including IEEE and UL regulations, and define necessary action submittals like product data, shop drawings, and factory test reports. Key components include acceptance testing specifications, warranty provisions, and installation procedures. The document highlights the importance of proper delivery, storage, handling, and in-depth field quality control measures to ensure the performance and safety of the electrical components. This RFP serves as a guide for potential contractors to prepare bids aligned with specifications for sourcing and installing reliable electrical distribution systems, ensuring they meet safety, regulatory, and operational needs. The thoroughness of the specifications reflects the project's commitment to high-quality material selection and performance standards necessary for the lab's operations.
    The document outlines the Intellectual Property Provisions (IPP) related to contracts requiring delivery of data under federal government guidelines. It primarily focuses on the rights and management of data produced in the performance of contracts, emphasizing definitions related to computer data, software, and technical data. The government's rights in data are categorized, granting it unlimited rights to data generated during the contract, including manuals and training materials, while allowing contractors certain rights to assert copyright under specified conditions, particularly for scientific articles. Additionally, the document addresses the contractor's responsibilities regarding limited rights data and restricted computer software, ensuring compliance with federal regulations. It establishes procedures for the handling of unauthorized markings and the rights to proposal data. The provisions are crucial for both government and contractors, facilitating the management and protection of intellectual property within the framework of federal RFPs, grants, and contracts. Overall, the document serves as a vital guide for contractors regarding their obligations and the government's rights related to data produced during contractual engagements.
    This document outlines specifications for the installation of New Unit Substation #3 at the Ames Lab's Metals Development Room. It includes detailed electrical configurations, such as the inclusion of a 1500kVA transformer (XFMR T-3) and a 2000A bus rating for the switchgear. Key safety features and metering requirements are incorporated, including physical interlocks with Kirk keys to enhance safety during maintenance. The switchgear will monitor multiple branch breakers and provide communication capabilities for remote monitoring via Ethernet. The plans indicate a total connected load of 1716 kVA, with various equipment categorized by load class, specifically tailored for laboratory usage. The design adheres to pertinent codes, utilizing NEMA-rated enclosures and ensuring proper mounting and wiring. This project aligns with federal guidelines for electrical infrastructure improvements, emphasizing safety, efficiency, and future scalability. The document is part of wider federal and state RFP initiatives aimed at upgrading laboratory facilities for enhanced operational capabilities.
    The document outlines the Representations and Certifications Supplemental form required for vendors seeking contracts with Ames National Laboratory, managed by Iowa State University under a Department of Energy contract. Key points include the necessity for suppliers and subcontractors to register in the System for Award Management (SAM) for contracts over $10,000, and various sections must be completed based on the proposal amount and business type. Specific certifications include assurances of compliance with export control laws, adherence to the Buy American act, and notifications regarding segregation of facilities and the use of radioactive materials. Additionally, it requires confirmation that no contingent fees were paid for securing contracts and a commitment against using suspect or counterfeit parts in contract execution. The document emphasizes the importance of maintaining accurate, current representations to ensure government compliance and accountability. The form concludes with a certification statement requiring an authorized company representative's signature, confirming the accuracy of the declarations made within the document.
    Ames National Laboratory is soliciting proposals (RFP No. A25-1118) for goods or services associated with their Metals Development 150: Substation project. The RFP, issued on June 3, 2025, invites firms to submit written proposals by June 20, 2025. The selection will be based on the lowest price for technically acceptable bids. The Laboratory emphasizes open competition, encouraging the involvement of small businesses and various classification types, including veteran-owned and women-owned entities. Critical details include procurement milestones, submission guidelines, and specific requirements for proposals. Offerors must adhere to terms and conditions stated in the solicitation and provide requisite certifications if the estimated cost meets or exceeds $10,000. The acceptance period for offers is a minimum of 60 days, and discussions with offerors may occur if deemed necessary. Additionally, the Laboratory has the authority to procure products from government contracts and emphasizes the establishment of equitable and clear evaluations for accepted proposals. This solicitation exemplifies the Laboratory's engagement in acquiring services to advance its operational capabilities while maintaining a structured and inclusive procurement process compliant with government guidelines.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Seismic Resilience of Large Power Transformers: Shake Table Test
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking expressions of interest from industry providers to enhance the seismic resilience of large power transformers. The initiative aims to address the vulnerability of these transformers during earthquakes, which can lead to significant grid failures due to their vibration-amplifying structures. The Idaho National Laboratory is developing a low-cost bushing decoupler system and conducting large-scale shake table tests on a 230 kV power transformer at the University of California San Diego's facility, while also exploring seismic base isolation methods. Interested parties must submit their expressions of interest by June 1, 2026, in PDF format, and can direct inquiries to Bjorn Vaagensmith or Jake Gentle via email, ensuring proprietary information is marked accordingly.
    Island Creek Switchyard Transformer
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design, manufacture, delivery, reassembly, and testing of two JHK - Island Creek Switchyard Transformers, as part of a Women-Owned Small Business (WOSB) set-aside contract. This procurement aims to support the Roanoke River, Island Creek Pumping Plant by providing essential electrical equipment, including spare parts and documentation, with a focus on compliance with rigorous specifications and cybersecurity standards. The contract is structured as a Firm Fixed Price arrangement, with proposals due by February 9, 2026, and inquiries accepted until January 27, 2026. Interested parties should contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further details.
    Spare Transformers for the Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cable between manholes F-3 and F-4 as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The procurement requires a firm fixed price for all labor, materials, transportation, overhead, bonding, safety oversight, and equipment necessary to complete the installation, which includes extensive tasks such as cable pulling, terminations, and splices, as well as the installation of air switches. This project is significant for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing research activities. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested subcontractors should contact Chris Daley at cdaley@fnal.gov for further details.
    59--TRANSFORMER,CURRENT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of current transformers, specifically NSN 5950016764194, under a Combined Synopsis/Solicitation notice. The requirement includes an estimated quantity of four units, with delivery expected within 99 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These transformers are critical components in electrical and electronic equipment, and the selected supplier will be responsible for shipping to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors should submit their quotes electronically and direct any inquiries to the buyer via the provided email address, DibbsBSM@dla.mil.
    59--TRANSFORMER,POWER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 43 units of power transformers under solicitation number NSN 5950012577984. This procurement is set aside for small businesses and aims to fulfill specific military requirements for electrical and electronic equipment components. The selected vendor will be responsible for delivering the transformers to DLA Distribution within 227 days after order, with no hard copies of the solicitation available; all submissions must be made electronically. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and are encouraged to review the solicitation details on the DLA's website.
    ELECTRICAL TRANSFORMER
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at USP Terre Haute, is seeking to procure a new electrical transformer. The requirement includes providing a 400kva or better dry-type transformer with 4160v inputs and 208v outputs, along with disconnecting and replacing the existing wiring in accordance with the National Electrical Code (NEC). This procurement is critical for maintaining the electrical infrastructure necessary for the facility's operations. Interested vendors can reach out to Scott Ballinger at sballinger@bop.gov or by phone at 812-244-4475, or Michael Gibson at mpgibson@bop.gov or 812-244-4473 for further details.
    462624 - Synopsis - Power Control & Regulating System for AGS Motor Generator Set (Cycloconverter)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking qualified contractors to provide a Power Control and Regulating System (cycloconverter) for its Alternating Gradient Synchrotron (AGS) Motor Generator Set. This system is critical for managing the input power to a 9 MW motor that drives a 95 MVA generator, ensuring stable operation amidst the pulsating loads from AGS magnets. The procurement emphasizes the need for advanced technical performance, including precise control of motor rotor currents, robust safety features, and compatibility with existing infrastructure, with a focus on quality assurance and adherence to environmental standards. Interested vendors should note that the solicitation is expected to be issued in December 2025, with a contract award anticipated around April 2026. For further inquiries, contact Jeanhei Christy at jchristy@bnl.gov or call 631-344-6054.
    LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory operated by Stanford University, is seeking proposals for the LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation project. This procurement involves the installation of conduit and waveguide bundles as part of a significant upgrade to the Linac Coherent Light Source II, aimed at enhancing the electron beam energy. The project is critical for advancing research capabilities in particle physics and related fields, with work scheduled to occur during the 2026 Long Down Time period. Proposals must be submitted by December 4, 2025, at 5:00 PM Pacific Time, and interested parties should direct inquiries to Perry Rostrata at rostrata@slac.stanford.edu.
    59--REACTOR-TRANSFORMER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 38 units of the NSN 5950013698394 Reactor-Transformer. This solicitation is aimed at acquiring essential electrical components, which are critical for various defense applications. The procurement is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse suppliers. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address provided in the solicitation document. The deadline for quote submission is 35 days after the award date.