ContractSolicitation

Spare Transformers for the Lower Snake River Plants

DEPT OF DEFENSE W912EF26RA003
Response Deadline
Apr 23, 2026
21 days left
Days Remaining
21
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically under solicitation number W912EF26RA003. The procurement aims to secure T1 and T2 spare power transformers, which are critical for maintaining the operational integrity of hydroelectric facilities. The project includes stringent requirements for compliance with federal regulations, safety measures, and detailed technical specifications, with a proposal due date extended to April 22, 2026. Interested contractors can reach out to Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.

Classification Codes

NAICS Code
335311
Power, Distribution, and Specialty Transformer Manufacturing
PSC Code
6120
TRANSFORMERS: DISTRIBUTION AND POWER STATION

Solicitation Documents

15 Files
Solicitation Amendment W912EF26RA0030005 SF 30.pdf
PDF3919 KBMar 16, 2026
AI Summary
This amendment, W912EF26RA0030005, to solicitation W912EF26RA003, issued by the US ARMY ENGINEER DISTRICT WALLA WALLA, extends the proposal due date from March 12, 2026, to April 22, 2026. It also adds a new requirement for a bid guarantee, incorporating FAR Clause 52.228-1 Bid Guarantee (Sep 1996). The bid guarantee must be 20% of the bid price or $3,000,000, whichever is less, and failure to provide it may result in bid rejection. Offerors can opt out of the bid guarantee, performance bond, and payment bond requirements if they choose not to use installment payment financing. The amendment outlines methods for acknowledging receipt and modifying previously submitted offers.
Solicitation Amendment W912EF26RA0030002 SF 30.pdf
PDF3957 KBMar 16, 2026
AI Summary
This amendment to solicitation W912EF26RA003, effective December 23, 2025, modifies the contract financing terms for CLINs 0001 and 0004 to comply with FAR 52.232-30, Installment Payments for Commercial Products and Commercial Services. No contract financing is available for CLINs 0002, 0003, 0005, and 0006. Additionally, the NAICS code 335311 is added to the CLIN details for all listed items. The amendment also updates and incorporates various FAR clauses related to commercial products and services, including those concerning subcontractor sales, business ethics, small business utilization, equal opportunity for veterans and individuals with disabilities, combating human trafficking, and employment eligibility verification. All other terms and conditions of the original document remain unchanged.
26RA003_Plans_V2.pdf
PDF19554 KBMar 16, 2026
AI Summary
This government file details the specifications for the T2 Lower Snake River Spare Transformers project at the Little Goose Lock and Dam in Walla Walla, Washington, under solicitation number W912EF26RA003. The project, managed by the US Army Corps of Engineers Hydroelectric Design Center and Walla Walla District, outlines comprehensive requirements for the General Step-Up (GSU) power transformers. Key aspects include detailed transformer nameplate data, construction materials, accessories, bushings, insulating oil, separate control and power cabinets, and spare parts. The document also specifies factory assembly, paint finishes, and acceptance tests, including various electrical and mechanical performance evaluations. The file includes site maps, project location details, and photographs of the storage yard and dam facilities, emphasizing critical dimensions and interconnection requirements for proper integration into the existing infrastructure.
26RA003_Plans_V1.pdf
PDF16216 KBMar 16, 2026
AI Summary
The document outlines the requirements for spare transformers at the Little Goose Lock and Dam, W912EF26RA003, issued in October 2025 by the U.S. Army Corps of Engineers, Walla Walla District. It details technical specifications for a Class II GSU Power Transformer, including KVA rating (164,000 / 218,666), voltage ratings (500,000 GRDY (H) - 13,200 DELTA (X) 13,200 DELTA (Y)), cooling class, impedance, temperature rise, and maximum sound level. The file also specifies construction, painting, and accessory requirements, such as a nitrogen blanket oil preservation system and stainless steel components. Detailed testing procedures, including factory acceptance tests, impulse tests, and sound level tests, are mandated. Layout drawings and limiting dimensions are provided for manufacturer design, ensuring proper interconnection with existing equipment. The project involves the Hydroelectric Design Center and the Walla Walla District, with key personnel including Jordan S. Fink, P.E., and John Z. Yen, P.E. The overall weight of the transformer is 591,500 pounds, and it will be stored at the Little Goose Lock and Dam.
26RA003_Supplemental_Drawings_V2.pdf
PDF6294 KBMar 16, 2026
AI Summary
This government file details the specifications for a Westinghouse Electric Corporation Class OA/FA Shell Form, Outdoor, Single Phase Transformer, KVA 82000/109334, HV 500000 GRD, WYE/288675, XV 13200, YV 13200. It includes comprehensive drawing numbers, titles, dimensions, and an extensive list of fittings and descriptions. The document outlines installation and maintenance instructions, shipping requirements, and details about the transformer's components such as bushings, radiators, fans, control cabinets, and various gauges and indicators. It also specifies lifting and jacking points, fluid capacity (4890 gallons with radiators), and approximate weights (352,000 lbs total shipping weight). The transformer is intended for the US Army-Corps of Engineers for projects at Lower Monumental, Little Goose, and Lower Granite Locks & Dams, under contract number DACW68-75-C-0160.
26RA003_Supplemental_Drawings_V1.pdf
PDF5626 KBMar 16, 2026
AI Summary
The document provides detailed engineering drawings, specifications, and notes for a Westinghouse Apparatus Transformer, Class OA/FA Shell Form Outdoor Single Phase, with KVA ratings of 164000/218666 and HV/LV voltages of 500000 GRD Y/288700 and 13200 respectively. It includes GE Isophase drawings, Westinghouse transformer sheets detailing the unit, control schematics, and wiring diagrams, as well as HICO and Hitachi component drawings. Supplemental drawings cover transformer pad plans, flexural steel reinforcement, powerhouse high voltage equipment layouts, and 15 KV equipment details. The document outlines approximate net and shipping weights, oil requirements, and critical installation and maintenance instructions. It also lists items to be removed for shipment and emphasizes safety procedures, such as using sling spreaders and replacing temporary gaskets. The transformer is designated for projects including the Lower Monumental, John Day, Little Goose, and Lower Granite Locks and Dams.
26RA003 Solicitation Tech Specs.pdf
PDF3790 KBMar 16, 2026
AI Summary
The LGA Lower Snake River Spare Transformers project (W912EF26RA003) outlines general requirements for contractors working with the U.S. Army Corps of Engineers (USACE). It emphasizes veteran employment and mandates compliance with various federal regulations. Key aspects include strict project site restrictions, security measures, and detailed procedures for submittals, schedules, and quality control. Contractors must submit fabrication and assembly schedules, adhere to specific software settings (Primavera P6 or Microsoft Project 2016), and provide monthly updates. The document also details post-award meetings, weekly production briefings, and photographic documentation of progress. Non-U.S. citizens require Foreign Visit Request approval for site access. The USACE will monitor contractor performance through a Quality Assurance Surveillance Plan. All submittals, including design data, test reports, and operation/maintenance data, must follow specific formats and classifications, with Government approval required for critical items and variations.
Solicitation - W912EF26RA003.pdf
PDF2751 KBMar 16, 2026
AI Summary
This government solicitation, W912EF26RA003, issued by the US Army Engineer District Walla Walla, outlines requirements for the Design, Manufacture, and Delivery of T1 and T2 spare power transformers for the LSR Plants, due by March 31, 2030. The acquisition is unrestricted with a NAICS code of 335311. Key aspects include an Economic Price Adjustment (EPA) clause for specific line items (CLIN 0001 and 0004), tied to indices for core steel, carbon steel, copper conductor, and specialized labor. Price adjustments are calculated based on changes between Base Period and Current Period Indices, with specific weighting factors and thresholds for adjustment application (e.g., a 3% absolute change trigger and a 15% cumulative upward cap). The document details inspection, acceptance, and delivery locations at the Army Corps of Engineers, Walla Walla District Eastern Project. It also incorporates numerous FAR and DFARS clauses, covering areas like unique item identification, contractor ethics, small business subcontracting, equal opportunity, and combating trafficking in persons, emphasizing compliance and ethical conduct.
NWW_JA Sole Source Determination ABB-Hitachi Bushings_Signed_Print_Redacted.pdf
PDF905 KBMar 16, 2026
AI Summary
The provided government file, which appears to be part of a federal or state/local RFP or grant document, is completely blank. It contains no discernible text, content, or data. Therefore, it is impossible to identify a main topic, key ideas, supporting details, or document structure. Without any content, a summary cannot be generated, and its purpose within the context of government solicitations remains unknown.
Solicitation Amendment W912EF26RA0030001 SF 30.pdf
PDF3324 KBMar 16, 2026
AI Summary
This amendment, number W912EF26RA0030001, to solicitation W912EF26RA003, issued by the US Army Engineer District Walla Walla, extends the proposal due date from February 4, 2026, to March 12, 2026. The document, dated December 23, 2025, details the process for acknowledging the amendment, including completing items 8 and 15, noting receipt on the offer, or sending a separate communication. Failure to acknowledge the amendment by the specified date may lead to rejection of the offer. It also outlines procedures for modifying an already submitted offer. This amendment ensures that all terms and conditions of the original solicitation remain in effect, except for the revised response due date.
Small Business Participation Proposal.pdf
PDF230 KBMar 16, 2026
AI Summary
The document outlines the requirements for a Small Business Participation Proposal, mandatory for all offerors regardless of size. It details how offerors must report the planned involvement of small businesses—as prime contractors or subcontractors—in an acquisition. Key sections include identifying the prime offeror's business size and categories, specifying the total combined percentage of work for large and small businesses with monetary examples, and breaking down participation percentages by various small business subcategories (e.g., SDB, WOSB, HUBZone, VOSB, SDVOSB, HBCU/MI). Offerors must also list the principal supplies/services to be performed by each small business and describe their commitment to using small businesses. The document also notes that non-U.S. Small Businesses must submit a separate Small Business Subcontracting Plan in accordance with FAR and DFARS regulations, which must align with their Participation Plan commitments.
Past Performance Questionnaire Form.pdf
PDF657 KBMar 16, 2026
AI Summary
The NAVFAC/USACE Past Performance Evaluation Questionnaire (Form PPQ-0) is a crucial document for assessing contractor performance in federal government RFPs, federal grants, and state/local RFPs. It collects detailed information on contractor identity, project role, contract specifics (number, type, title, location, dates, and pricing), and a comprehensive project description, including complexity and relevance to current submissions. The client-completed section evaluates performance across key areas: quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. An adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) is used, with clear definitions to guide evaluations. The questionnaire also includes sections for client remarks, narrative feedback on strengths, weaknesses, and deficiencies, and questions regarding rehiring the firm. This standardized form aids in evaluating performance risk and ensures compliance with government contracting policies.
Solicitation Amendment W912EF26RA0030004 SF 30.pdf
PDF4032 KBMar 16, 2026
AI Summary
This government file, an amendment to solicitation W912EF26RA0030004 effective February 20, 2026, issued by the US Army Engineer District Walla Walla, outlines significant updates to contract clauses for federal government RFPs. Key changes include the addition of numerous FAR and DFARS clauses, such as those concerning restrictions on subcontractor sales, contractor code of business ethics, combating trafficking in persons, and safeguarding covered defense information. Notably, the clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, is incorporated with full text, detailing a 10 percent price preference for non-HUBZone offers. Additionally, several clauses related to System for Award Management and Commercial Products and Services were modified, changing their effective dates. Clauses regarding Commercial and Government Entity Code Maintenance and NIST SP 800-171 DoD Assessment Requirements were deleted. The amendment also includes a detailed full-text DFARS clause 252.211-7003 on Item Unique Identification and Valuation, defining requirements for unique item identifiers, marking, and reporting. Furthermore, the document updates solicitation provisions, particularly modifying the “Information Regarding Responsibility Matters” clause (52.209-7) to reflect current, accurate, and complete information in FAPIIS for offerors with federal contracts and grants over $10,000,000. It also deletes the full text of “Offeror Representations and Certifications—Commercial Products and Commercial Services” (52.212-3). These updates aim to ensure compliance with the latest federal acquisition regulations and policies.
26RA003 - Tech Specs Amendment 0003.pdf
PDF1106 KBMar 16, 2026
AI Summary
This government file outlines the detailed requirements for the LGA Lower Snake River Spare Transformers project, W912EF26RA003. It covers general requirements, electrical specifications, and electrical power generation. Key aspects include comprehensive supplementary requirements for project execution, such as barge shipping logistics, equipment lists, testing, and various required meetings (pre-work, pre-fabrication, RMS orientation, and weekly production meetings). The document also emphasizes stringent antiterrorism (AT) and operations security (OPSEC) measures, including E-Verify program use and suspicious activity reporting training. Furthermore, it details extensive governmental safety requirements, mandating an Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), and specific qualifications for personnel like Site Safety and Health Officers (SSHOs) and crane operators. This RFP ensures the safe and compliant delivery and handling of spare transformers while adhering to federal regulations.
Solicitation Amendment W912EF26RA0030003 SF 30.pdf
PDF3918 KBMar 16, 2026
AI Summary
This document is Amendment 0003 to Solicitation Number W912EF26RA003, issued by the US ARMY ENGINEER DISTRICT WALLA WALLA. The amendment's primary purpose is to extend the delivery date for all listed Contract Line Items (CLINs) 0001 through 0006 from March 31, 2030, to May 31, 2030. Additionally, it mentions an amendment to the technical specifications. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 3, 2025
amendedAmendment #1Dec 23, 2025
amendedAmendment #2Feb 17, 2026
amendedAmendment #3Feb 19, 2026
amendedAmendment #4Mar 3, 2026
amendedLatest AmendmentMar 16, 2026
deadlineResponse DeadlineApr 23, 2026
expiryArchive DateMay 7, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
US ARMY ENGINEER DISTRICT WALLA WAL

Point of Contact

Name
Preston Jones

Place of Performance

Washington, UNITED STATES

Official Sources