Little Goose Spare Transformers for Lower Snake River Plants
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA
Timeline
    Description

    The Department of Defense, through the US Army Corps of Engineers, is seeking proposals for the design, manufacture, and testing of generator step-up transformers for the Lower Snake River Plants, specifically the Little Goose Spare Transformers project. This procurement involves two types of transformers and will utilize a firm fixed-price contract strategy over an estimated period of 1,460 days, with a best value trade-off acquisition approach to ensure optimal proposals are selected. The project is critical for maintaining infrastructure reliability and efficiency, with anticipated solicitation and award dates set for March 2025 and July 2025, respectively. Interested parties can reach out to Alan Inglis at alan.n.inglis@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further information and guidance on participation.

    Point(s) of Contact
    Files
    Title
    Posted
    The T1/T2 Industry Day document outlines a series of inquiries and responses between industry representatives and government officials regarding a transformer delivery project. The government anticipates a four-year lead time for delivery and flexibility in assembly timing, allowing for staggered deliveries as long as they meet target dates. Confirming the use of mineral oil for transformers, the government acknowledges industry concerns regarding potential tariff impacts on costs, promising further research on this issue. No specific manufacturers will be recommended, and all transformer specifications are defined in official plans. The government will not address minor procedural details during the inquiry phase, prioritizing broader project parameters instead. Furthermore, to improve the proposal timeline, industry representatives suggest an initial window of at least 90 days for submissions. This interaction represents a commitment to fostering effective communication and addressing industry concerns in the context of government RFPs and procurement processes for crucial infrastructure projects.
    The document outlines the agenda and details of an Industry Day for the Little Goose Spare Transformers project, organized by the US Army Corps of Engineers (USACE). Key participants include contracting officers and technical leads who will oversee a project involving the design, manufacture, and testing of generator step-up transformers for the Lower Snake River Plants. The project includes two types of transformers, with firm fixed-price contracts planned for an estimated period of 1,460 days. A best value trade-off acquisition strategy will be utilized, considering proposals that conform to the project requirements and offer the best value to the government. The anticipated solicitation and award dates are March 2025 and July 2025, respectively. Participants are encouraged to engage in one-on-one sessions to discuss project elements, including bonding capability, delivery lead times, and risk assessments. This document serves to inform potential offerors about participation rules and project specifics, emphasizing transparency and collaboration in the procurement process through official communications posted on Sam.gov. Overall, the Industry Day aims to foster dialogue between the government and industry representatives to ensure project success.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Island Creek Switchyard Transformer
    Dept Of Defense
    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.
    TRANSFORMER,POWER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of power transformers under a federal contract. The primary objective is to acquire transformers that meet specific technical and quality requirements as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. These transformers are critical components for various defense applications, ensuring operational readiness and reliability of naval systems. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines as detailed in the solicitation documents.
    59--TRANSFORMER,POWER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three power transformers, identified by NSN 5950012612472. The solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for electrical and electronic equipment components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 168 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    59--TRANSFORMER,POWER A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 19 units of the Power Transformer (NSN 5950012650328). This solicitation is classified under the NAICS code 334416, which pertains to the manufacturing of electrical components, and is a qualified products list (QPL) item, indicating specific standards must be met. The transformers are critical components for various military applications, ensuring reliable electrical performance in defense systems. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 171 days after the award of the contract.
    POWER PLANE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of power plane equipment under a federal contract. The primary objective is to acquire power distribution and specialty transformers, which are critical for various military applications and operations. This procurement is governed by specific technical and quality requirements, including compliance with military specifications and standards, ensuring the reliability and safety of the equipment. Interested vendors should contact Andrew C. Lyter at 564-230-2573 or via email at ANDREW.C.LYTER.CIV@US.NAVY.MIL for further details, and must be prepared to submit their proposals by the specified closing date, with pricing valid for 60 days post-quotation.
    59--TRANSFORMER,POWER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the power transformer (NSN 5950012979664). This solicitation is a Total Small Business Set-Aside, aimed at manufacturers within the Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing industry, under NAICS code 334416. The transformers are critical components in various electrical and electronic equipment applications, ensuring reliable power distribution and functionality. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, with the deadline for quotes set for 105 days after the award date.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is soliciting quotes for the replacement of an outdated Dynapower pump and its associated servo/moog valve on the Mat Sinking Unit's Matboat 4801. The procurement requires the contractor to provide a functionally identical Dynapower motor, Model 880600 888168, compatible with the new servo/moog valve, with all replacements to be delivered to Vicksburg, MS, by January 9, 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 333996, and proposals will be evaluated based on capability and price, with the contract awarded to the lowest-priced, capable offer. Interested parties must submit their quotes electronically by December 31, 2025, at 11:00 AM, to Judy M. Huell at Judy.M.Huell@usace.army.mil, and ensure their offers remain valid for 60 days.
    Generators - 401kW & Above
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above, including associated shipping and on-site training. This procurement aims to enhance FEMA's emergency response capabilities by updating their fleet with compliant generators that meet Tier 4 Final EPA standards, which are essential for operations both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further details and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Overhaul of the Generator, Alternating
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking a contractor for the overhaul of the Alternating Generator, with a presolicitation notice issued under solicitation number W58RGZ-26-R-0003. The contractor will be responsible for providing all necessary services, labor, materials, and equipment to overhaul a minimum of 35 to a maximum of 210 units of the specified generator, which is classified as a commercial item under NAICS code 335312. This procurement is restricted to Honeywell International, Inc., the only approved source with the requisite technical data, and the contract will be a Firm Fixed-Price, 5-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Interested parties must submit their capability statements to the contracting officer, Edward Peterson, at edward.a.peterson4.civ@army.mil, by the closing date, which is 15 days after the posting date of December 16, 2025. The procurement is currently unfunded, and award will be contingent upon the availability of funds.