Spare Transformers for the Lower Snake River Plants
ID: W912EF26RA003Type: Solicitation
Overview

Buyer

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

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

TRANSFORMERS: DISTRIBUTION AND POWER STATION (6120)
Timeline
    Description

    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 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 electrical performance, construction materials, and testing requirements outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency and reliability of hydroelectric power generation at the facility. Proposals are due by March 12, 2026, and interested parties 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    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.
    John Day Dam Turbine Replacement and Generator Rewind (TRGR)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking contractors for the John Day Dam Turbine Replacement and Generator Rewind (TRGR) project located in Rufus, Oregon. The project involves designing and constructing up to sixteen new turbine runners and rewinding up to sixteen generators to enhance turbine reliability, increase fish survival rates, improve efficiency, and provide greater operational flexibility. This competitive procurement will utilize a two-phase design-build approach, with an estimated construction magnitude exceeding $500 million, and is set to be awarded as a fixed-price contract with economic price adjustments. Interested contractors should note that the tentative solicitation issuance date is by December 30, 2025, and must ensure they are registered in SAM.gov prior to submission. For further inquiries, contact Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    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.
    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.
    Notice of Intent to Sole Source - Unloader Valve Assemblies
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, intends to award a sole-source contract to Emerson Process Management Power & Water Solutions, Inc. for the procurement of Governor Oil Pump Unloader Valve Assemblies necessary for the Lower Monumental Lock and Dam. This procurement aims to replace outdated mechanical unloader valve assemblies on existing Pelton C310 and C90 governor oil pumps, ensuring compatibility with the current infrastructure and maintaining operational reliability. The components are critical for the functionality of the power generation system, as the existing units are over 55 years old and nearing the end of their service life, with alternatives deemed impractical due to high costs and extended timelines. Interested parties may express their interest and capability in writing to Callie Rietfors at callie.rietfors@usace.army.mil by 10:00 AM PST on January 12, 2026, as this notice does not constitute a formal solicitation.
    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 14 units of power transformers under solicitation number NSN 5950014736695. The transformers are critical components used in various electrical and electronic equipment applications, ensuring reliable power distribution and functionality. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 353 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project involves the installation of advanced sensors and equipment to automate the monitoring of oil levels and leaks, thereby improving accountability and compliance with environmental regulations. This initiative is crucial for minimizing potential oil releases into the Columbia River, as the dam currently contains approximately 400,000 gallons of oil, and aims to fulfill commitments outlined in a settlement agreement with Columbia Riverkeepers. Proposals are due by January 15, 2026, with a project budget estimated between $1 million and $5 million. Interested contractors should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@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.
    McNary Dam Staff Gauges
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of custom-built staff gauges for the McNary Navigation Lock & Dam in Oregon. The procurement involves two sets of staff gauges, with specific dimensions ranging from 258 to 275 feet and 335 to 343 feet, constructed from 16-gauge enameling iron with a porcelain enamel finish, and must include detailed drawings with proposals. These gauges are critical for monitoring water levels and ensuring the operational efficiency of the dam, with a requirement for delivery within fifteen weeks of contract award. Interested contractors must submit their proposals via ProjNet by January 6, 2026, and can contact Callie Rietfors at callie.rietfors@usace.army.mil or 509-527-7280 for further information.
    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 25 units of the Power Transformer (NSN 5950014376019). This solicitation, classified under the NAICS code 335311, aims to fulfill specific military requirements for electrical equipment components, emphasizing the importance of reliable power distribution in defense operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 166 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.