K--Nathaniel "Nat" Washington Power Plant GSU Transformer Replacements
ID: 140R1025R0003Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

MODIFICATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (K061)
Timeline
    Description

    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified firms for the replacement of Generator Step-Up (GSU) transformers at the Nathaniel "Nat" Washington Power Plant, part of the Columbia Basin Project in Washington. The project involves supplying, installing, and commissioning six new GSU transformers, along with the removal and disposal of existing units and associated equipment, while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining a reliable power infrastructure in the region, with an estimated project cost ranging from $100 to $175 million. Interested parties must respond to the Sources Sought Notice by April 15, 2025, and can obtain additional details by contacting Scott Cooper at smcooper@usbr.gov or by phone at 208-378-5104, following the completion of a Non-Disclosure Agreement.

    Point(s) of Contact
    Cooper, Scott
    (208) 378-5104
    (208) 378-5080
    smcooper@usbr.gov
    Files
    Title
    Posted
    The U.S. Bureau of Reclamation is announcing a Sources Sought notice for the Nathaniel "Nat" Washington Powerplant Transformer Replacement project. This notice is meant to research market capabilities and does not initiate a Request for Proposals or a contract award. The project entails supplying and installing six outdoor single-phase, large generator step-up (GSU) transformers, with specific configurations for high and low voltage connections. The installation will occur in two phases at the Grand Coulee Dam, Washington. Key tasks include removing existing transformers, installing new units, and modifying related infrastructure. Interested firms must respond with their qualifications, including business size and experience with specific transformer technologies. Responses are due by April 15, 2025, with a projected project cost between $150 and $175 million. Interested parties can obtain additional details through contacting the listed contract specialist following the completion of a confidentiality agreement. This initiative is essential for optimizing power distribution in the region.
    The U.S. Bureau of Reclamation's Pacific Northwest Regional Office is soliciting market research for the Nathaniel “Nat” Washington Powerplant Transformer Replacement project. This Sources Sought Notice seeks firms to supply and install six outdoor, single-phase generator step-up (GSU) transformers with specific capacity and insulation requirements. The project includes the removal, disposal, and reinstallation of existing transformers, installation of new seismic anchorage systems, and modifications to existing equipment. The estimated project cost ranges from $100 to $150 million, and participation is encouraged from firms of any size within the NAICS code 237130. Interested entities must provide details on their business classification, experience, manufacturing capabilities, and delivery timelines. Additionally, the project may require adherence to Executive Order 14063 regarding Project Labor Agreements. An Industry Day is scheduled for January 28, 2025, facilitating discussions between contractors and the Reclamation Team. Responses to the Sources Sought Notice are accepted via email until February 14, 2025, and attached specifications and drawings are available with a signed Federal Non-Disclosure Agreement. The notice underscores a strategic approach in shaping the acquisition process for this significant infrastructure project.
    The U.S. Department of the Interior issued a Request for Proposal (RFP) for the replacement of Generator Step-Up (GSU) transformers at the Nathaniel ‘Nat’ Washington Power Plant as part of the Columbia Basin Project in Washington. The project involves the supply, installation, and commissioning of six new GSU transformers, along with the removal of existing units and associated equipment. Detailed price schedules dictate the project costs, which must be offered in their entirety for evaluation. Essential tasks include the complete supply and factory testing of the new transformers, disposal of existing transformers and surge arresters, installation of seismic anchorage systems, and modification of the existing bus connection. The document emphasizes the necessity for coordination with other contracts and outlines specific working hours and service interruption procedures. The project requires strict adherence to safety, environmental regulations, and the timeline with designated outage windows for transformer replacement. Coordination meetings between contractors and government representatives are essential to align on project milestones and ensure compliance throughout the construction phase. Overall, this initiative reflects the federal government's commitment to maintaining a reliable power infrastructure, emphasizing compliance, safety, and operational continuity during the upgrade process.
    The document outlines the solicitation for the replacement of Generator Step-Up (GSU) transformers at the Nathaniel ‘Nat’ Washington Power Plant as part of the Columbia Basin Project in Washington. The primary focus is on replacing six operational GSU transformers, along with the removal, disposal, and installation of additional transformers and associated construction tasks. It details the pricing structure, requiring bidders to complete and submit multiple price schedules covering overall project costs, K21A construction, and K22A construction. The key tasks include the supply and installation of transformers, modifying existing equipment for compatibility, and ensuring compliance with safety and environmental regulations. Contractors must adhere to strict scheduling and coordination protocols to minimize disruption to ongoing operations, particularly during established outage windows. The document also emphasizes the need for comprehensive planning and documentation, including successful execution of a Contract Document Management System to track all project-related documents. Overall, the solicitation aims for a well-coordinated transformer replacement project that aligns with federal regulations and safety standards to ensure operational efficiency at the power plant.
    The Bureau of Reclamation's Federal Non-Disclosure Agreement establishes guidelines for the handling of information marked as “For Official Use Only.” The recipient of such information agrees to protect its confidentiality, using it solely for specified purposes and prohibiting disclosure to outside parties without explicit consent. Details regarding the protected information must be documented, including the date and version. The recipient is responsible for ensuring that any employees or consultants with access to the information also comply with these confidentiality terms. This agreement remains in effect until the Bureau of Reclamation determines that the information no longer requires protection or a mutual written agreement is established. The document underscores the importance of safeguarding federal information, in line with relevant federal and state laws surrounding information disclosure, reflecting the stringent standards expected in government RFPs and grants.
    The Federal Non-Disclosure Agreement (NDA) established by the Bureau of Reclamation is designed to protect information classified as "For Official Use Only." The recipient of such information must commit to using it solely for its intended purpose and prevent any unauthorized disclosure to third parties. The NDA stipulates that all disclosed protected information remains the property of the Bureau of Reclamation and must be safeguarded against any breach. Furthermore, only individuals who have signed the agreement and received approval from Reclamation are authorized to access this information. The obligations under this NDA will remain in effect until the Bureau decides the information no longer requires protection or both parties agree in writing to terminate the agreement. This document underscores the critical need for confidentiality in government RFPs and grants, emphasizing the importance of secure management of sensitive data.
    The U.S. Bureau of Reclamation has issued a Sources Sought Notice for the replacement of transformers at the Nathaniel “Nat” Washington Powerplant located at Grand Coulee Dam, Washington. This notice seeks to gather information from firms capable of supplying and installing six outdoor generator step-up transformers with specific capacity and technical requirements. Interested businesses are invited to respond with details about their capabilities, experience with similar projects, and their business classifications, including any small business designations. The project is estimated to cost between $100 and $150 million and is identified under NAICS code 237130. Responses will help shape the acquisition strategy, though no contract will be awarded from this notice. An Industry Day event is scheduled for January 28, 2025, allowing potential contractors to engage with the Reclamation Team. The aim of this announcement is to promote market engagement and prepare for a competitive solicitation for the transformer installation project, highlighting the government's interest in small business participation and compliance with federal subcontracting goals.
    Lifecycle
    Similar Opportunities
    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.
    Y--Hungry Horse Excitation System Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement, designated under solicitation number 140R1025B0003, is a total small business set-aside and involves the replacement of excitation system equipment, with an estimated contract value between $5 million and $15 million. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical systems. Interested contractors must submit their bids by December 17, 2025, at 1:00 PM MDT, with all submissions required to be mailed to the Columbia Pacific Northwest Regional Office in Boise, ID, as electronic submissions will not be accepted. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Pineville Greenhouse Transformer Replacement (LA)
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Pineville Greenhouse Transformer Replacement project at the Alexandria Forestry Center in Pineville, Louisiana. The project involves replacing a failed 75 KVA ground-mounted electrical transformer, including the removal of the old transformer and concrete pad, installation of a new concrete pad, and replacement of high-voltage feed cables for two research greenhouses. This procurement is crucial for maintaining the operational integrity of the research facilities, ensuring compliance with applicable codes and standards. Interested contractors must submit their offers by December 16, 2025, at 5:00 PM EST, and are encouraged to attend a non-mandatory site visit on December 9, 2025. For further inquiries, contact Brandye Wakefield at brandye.wakefield@usda.gov or Jalisa Sims at jalisa.sims@usda.gov.
    Y--NGWSP INTAKE & RIVER PUMPING PLANT
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the construction of the Intake & River Pumping Plant as part of the Navajo-Gallup Water Supply Project in New Mexico. This project involves the construction of a new pumping plant, including sitework, steel manifold piping, a metal building system, concrete structures, vertical turbine pumping units, and associated electrical and SCADA systems, along with the demolition of the existing plant and modifications to the existing channel. The project is significant for enhancing water supply infrastructure and ensuring efficient water management in the region. Proposals are due by December 19, 2025, with an anticipated award date of March 20, 2026, and a performance period extending from April 3, 2026, to October 20, 2028. Interested contractors can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Seismic Resilience of Large Power Transformers: Shake Table Test
    Energy, Department Of
    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.
    44--Thrust Bearing Oil Coolers Replacement
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is seeking qualified businesses to provide modern replacement thrust bearing oil coolers for the Spring Creek Power Plant Hydro-Electric Generator. The objective is to replace four original, leaking oil coolers from a 1964 Allis-Chalmers 75 MW hydroelectric generator with ten new drop-in replacement units that meet or exceed the original specifications and adhere to various industry standards. This procurement is crucial for maintaining the operational efficiency and reliability of the hydroelectric generator. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by December 16, 2025, at 11:00 AM PST to Mouang Phan at mphan@usbr.gov.