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
    Little Goose Spare Transformers for Lower Snake River Plants
    Buyer not available
    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.
    Transformer Three Replacement, Bull Shoals Powerhouse
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Little Rock District, is seeking proposals for the replacement of Transformer Three at the Bull Shoals Powerhouse. This procurement involves the removal and replacement of the existing transformer with a three-phase gas-insulated GSU 120,000 kVA transformer, and includes both supply and construction components, with the construction portion estimated between $1 million and $5 million. The solicitation will be conducted under Full and Open Competition, utilizing FAR Part 15 as a Request for Proposals (RFP), and will be evaluated based on the Best Value - Trade Off method. Interested offerors must be registered with the System for Award Management (SAM) and can contact Sarah Hagood at sarah.n.hagood@usace.army.mil or Shelby Henson at Shelby.m.henson@usace.army.mil for further information.
    GSU Transformer Supply, Oahe Dam, SD & Ft Peck Dam, MT
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking suppliers for transformers to be utilized at the Oahe Dam in South Dakota and the Ft Peck Dam in Montana. The procurement focuses on power, distribution, and specialty transformer manufacturing, which are critical for maintaining the operational efficiency of these facilities. The goods are essential for ensuring reliable power distribution and supporting infrastructure resilience in these key locations. Interested vendors can reach out to Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil for further details regarding the presolicitation notice.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    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.
    Ice Harbor Dam Intake Gate Hydraulic System Upgrades
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project in Burbank, Washington. This project aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam, including the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, while also removing outdated equipment and rehabilitating existing facilities. The contract, estimated to cost between $10 million and $25 million, emphasizes compliance with safety regulations and environmental protection, with a bid submission deadline of April 10, 2025, at 5:00 PM. Interested bidders can contact Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206 for further information.
    Y--NGWSP PUMPING PLANT 1
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking small businesses for the construction of Pumping Plant 1 (PP1) as part of the Navajo-Gallup Water Supply Project (NGWSP). This project aims to establish a reliable water supply from the San Juan River to the Navajo Nation and surrounding areas, involving the construction of a metal building, pumping systems, piping, and electrical systems. The contract value is estimated to be between $35 million and $50 million, with interested businesses required to submit their firm information, bonding capabilities, and relevant experience by March 25, 2025, to the primary contact, Amy Loveless, at aloveless@usbr.gov or by phone at 801-524-3790.
    WA LITTLE WHITE SALMON NFH GEN MAINT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for generator maintenance services at the Columbia River Gorge Complex, specifically for three hatcheries: Little White Salmon NFH, Spring Creek NFH, and Willard NFH. The contract, structured as a total small business set-aside, requires vendors to provide routine maintenance and emergency repairs for five generators, ensuring their reliable operation throughout the performance period from April 1, 2025, to April 1, 2026, which includes a one-year base period and four option years. This procurement is vital for maintaining operational efficiency and supporting federal fish conservation efforts. Interested small businesses must submit their proposals by March 19, 2025, and can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    Source Sought - LLA Fish Pump - MCC and Electrical Upgrades
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking expressions of interest from both large and small businesses for the LLA Fish Pump - MCC and Electrical Upgrades project. This Sources Sought Synopsis aims to assess market capabilities for the rehabilitation of fish pumps at the Lower Granite Lock and Dam, which includes the redesign of rewinds and bearings, as well as the procurement and installation of new Motor Control Centers (MCCs) with modernized control systems. The project is crucial for enhancing the reliability and performance of fish passage systems, reflecting the government's commitment to infrastructure and environmental stewardship. Interested firms must submit a capabilities package by April 7, 2025, to Zachary Newby at zachary.s.newby@usace.army.mil, and must be registered in the System for Award Management (SAM) to participate.
    FY25 MILCON P859 Design-Bid-Build CVN 78 Aircraft Carrier Electrical Upgrade for Various Substations, Naval Base Kitsap, Bremerton, WA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Northwest, is soliciting proposals for the design-bid-build contract for the FY25 MILCON P859 project, which involves upgrading electrical systems for various substations at Naval Base Kitsap in Bremerton, Washington. This project includes essential electrical, civil, and structural work to enhance the Pier D east and west shore power connections, with a contract value estimated between $100 million and $250 million. The procurement is open to all businesses, with a requirement for large businesses to submit a subcontracting plan, and it is critical for interested firms to register on the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to participate. For further inquiries, potential offerors can contact Sylva Kabuanseya at sylva.kabuanseya.civ@us.navy.mil or by phone at 360-396-4184.
    Y--Construction of Power Line
    Buyer not available
    The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line in Topock Marsh, Mohave County, Arizona, with a focus on installing around 150 utility power poles. This project, designated as a total small business set-aside under NAICS Code 237130, aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge, including powering pump motors and maintenance facilities. The estimated construction cost ranges from $1 million to $5 million, and contractors are required to comply with safety, environmental, and labor regulations, including wage determinations under the Davis-Bacon Act. Interested parties must submit their proposals by the specified deadlines, with a site visit scheduled for March 27, 2025, and inquiries directed to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.