Travis Pattern or Equal material for Letcher, SD
ID: 89503425QWA001006Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFWESTERN-UPPER GREAT PLAINS REGIONBILLINGS, MT, 59101, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Energy's Western Area Power Administration (WAPA) is soliciting proposals for the procurement of Travis Pattern or equal materials for a project in Letcher, South Dakota. The procurement specifically requires various electrical components, including tinned copper braid shielded conductors, with detailed specifications outlined in the solicitation documents. These materials are critical for maintaining and enhancing the electrical infrastructure, ensuring compliance with safety and environmental standards for high voltage applications. Interested vendors must submit their proposals by January 18, 2025, and acknowledge receipt of any amendments, including the latest clarifications provided in Amendment 00002. For further inquiries, potential bidders can contact Mary Pfeifle at pfeifle@wapa.gov or by phone at 605-353-5872.

    Point(s) of Contact
    Files
    Title
    Posted
    This specification sheet outlines the technical requirements for an 8 AWG, 3-conductor, bare copper control tray cable designed for applications in Sun Resistance Direct Burial (SUN RES DIR BUR) settings, rated for 600V and up to 90°C. The cable features a tinned copper braid shield and is insulated with cross-linked polyethylene (XLPE), with a PVC jacket. Key specifics include a conductor with 7 strands of annealed bare copper, a wall thickness of 0.045" for insulation, and a total diameter of approximately 0.665". The cable is UL listed, approved for direct burial and sunlight-resistant use, and compliant with various safety and environmental standards including RoHS and REACH regulations. Notably, it is made in the USA and adheres to NEC installation guidelines and relevant safety standards. The specifications emphasize both technical performance and regulatory compliance, signifying its suitability for hazardous locations and its durability for environmental exposure.
    The document outlines specifications for two types of 10 AWG control tray cables, VXX105BRD/M1WAPA and VXX1012BRDM1WAPA, both featuring bare copper conductors with XLPE insulation and PVC jackets, rated for 600V. The first cable has five conductors, while the second includes twelve, with both types approved for use in direct burial and sunlight-resistant applications. Key specifications involve the conductors’ material, wall thickness of insulation and jacket, and compliance with various safety and environmental standards, including UL listings and RoHS directives. Both cables are designed for Class I Division 2 hazardous locations, ensuring they meet stringent safety regulations. They feature permanent inkjet markings for identification and have specific weight and cold bend performance ratings. The inclusion of a warning regarding potential chemicals further addresses safety compliance. This document is essential for contractors and suppliers involved in government projects requiring safe and compliant electrical cabling. The clarity in specifications ensures materials meet the necessary regulatory and functional standards for use in various applications.
    The document pertains to a Request for Proposal (RFP) related to materials needed for electrical infrastructure in Letcher, South Dakota. It lists various aluminum components, including thousand-foot lengths of conductors and bus bars, along with specifications for swage terminals, couplers, and supports intended for high voltage applications. The components include sizes and lengths tailored for construction and utility purposes, with specific references to standards such as 230KV and 345KV. The focus emphasizes acquiring quality materials that meet industry standards, ensuring the reliability of electrical networks. This procurement is crucial for maintaining and enhancing the electrical grid infrastructure, a priority in both federal and local funding initiatives aimed at improving energy distribution and utility management in the region.
    The document is an amendment to solicitation number 89503425QWA001006, issued by the U.S. Department of Energy's Western Area Power Administration (WAPA). This specific amendment (00002) addresses questions regarding specifications for electrical conductors needed for a project in Letcher, South Dakota. Key clarifications include that WAPA requires tinned copper braid shielding for conductors, whereas corrugated copper tape is not acceptable. However, for the 3/C #8 conductor, no shielding is needed. Additionally, it confirms that items labeled 12-18 are VNTC cables. Offerors must acknowledge receipt of this amendment with their bids, which must be submitted by the specified deadline. The document underscores the importance of compliance with these specifications and the correct identification of cable types for contractors seeking to participate in this federal procurement process. Overall, the amendment serves to ensure clarity on project requirements and facilitate a transparent bidding process.
    The document serves as an amendment to a solicitation for procurements under the U.S. Department of Energy's Western Area Power Administration (WAPA). Its primary purpose is to clarify requirements by adding specification documents and extending the due date for offers to February 4, 2025, at 1500 EST. The amendment emphasizes the importance of acknowledging receipt of this change to ensure offers are not rejected. It specifies multiple methods for acknowledgement and reinforces that a signed copy of the amendment must accompany any submissions to be valid. Overall, this document not only modifies specific contractual details but also guides contractors on compliance with solicitation procedures. This is crucial for transparency and ongoing communication within federal procurement processes.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Department of Energy's Western Area Power Administration (WAPA) for specific aluminum swage terminals and supports, with an emphasis on compliance to federal procurement regulations. It is designated as a 100% small business set-aside, emphasizing that interested vendors must provide competitive offers by the submission deadline of January 18, 2025. The document provides detailed instructions for submitting proposals, including requirements for product specifications, adequate descriptive literature, and compliance with various federal clauses related to small business, ethics, and procurement practices. Vendors are informed that the proposed items can either be the specified "Travis Pattern" brand or an equivalent, along with stipulations regarding delivery schedules, invoice submission via the Invoice Processing Platform, and maintaining quality assurance throughout the procurement process. This RFP emphasizes the necessity of thorough documentation and adherence to the outlined procedures for consideration, which reflects the government’s effort to support small businesses while ensuring transparency and accountability in federal contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Island Creek Switchyard Transformer
    Buyer not available
    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.
    Auto Parts Blanket Purchase Agreement
    Buyer not available
    The Department of Energy, specifically the Western Area Power Administration (WAPA) in the Rocky Mountain Region, is seeking to establish a Blanket Purchase Agreement (BPA) for the supply of automotive parts. This procurement is set aside for small businesses and aims to fulfill the needs of WAPA's operations in Loveland, Colorado, with a focus on items categorized under Heavy Duty Truck Manufacturing and miscellaneous engine accessories. The selected vendor will be responsible for providing pricing for each item listed in the attached documentation, which is critical for determining the overall procurement strategy. Interested parties should direct their inquiries to Cody Martin at ctmartin@wapa.gov or by phone at 701-221-4515 for further details.
    Electrical Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for electrical parts under solicitation number W519TC26QA041. The procurement focuses on various electrical components, including load centers, GFCI breakers, and load center hubs, with a total small business set-aside aimed at Women-Owned Small Businesses (WOSB). These electrical parts are critical for maintaining and enhancing the functionality of military facilities, ensuring compliance with safety and operational standards. Proposals are due by December 9, 2025, at 10:00 AM, and interested parties can contact Lynn Baker at lynn.d.baker8.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    61--CBL ACTR/LOCK PWR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of CBL ACTR/LOCK PWR, a critical component in power distribution systems. This procurement is aimed at ensuring the delivery of high-quality electrical equipment that meets stringent military specifications, including compliance with various quality assurance standards such as ISO 9001 and MIL-STD-129. The items will be utilized in naval applications, emphasizing the importance of reliability and safety in military operations. Interested vendors should contact April N. Schlusser at 771-229-0555 or via email at APRIL.N.SCHLUSSER.CIV@US.NAVY.MIL for further details, with proposals expected to adhere to the outlined requirements and deadlines as specified in the solicitation documents.
    Y--RFI - PLA Feasibility for COTP Design-Build
    Buyer not available
    The Department of Energy is seeking information regarding the feasibility of a Project Labor Agreement (PLA) for the California Oregon Transmission Project (COTP) Series Capacitor Replacement Design-Build Project. This Request for Information (RFI) aims to gather insights on the potential implementation of a PLA, which is crucial for ensuring efficient labor management and project execution in large-scale construction projects. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, highlighting its significance in enhancing energy infrastructure. Interested parties can reach out to Jonathan Dittmer at dittmer@wapa.gov or call 605-353-2641 for further details.
    Spare Transformers for the Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors 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 KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and 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.
    CABLE ASSY,PWR, ELECTRICAL-W752, NSN: 6150-01-421-5958, P/N: 11475013
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the supply of four CABLE ASSY, PWR, ELECTRICAL (NSN: 6150-01-421-5958; P/N: 11475013) in support of the M-D6 Patriot Weapon System. The procurement requires delivery within 243 days after award to Redstone Arsenal, Alabama, and includes key requirements such as Government Production Lot Testing, compliance with ISPM-15 for wood packaging materials, and adherence to MIL-STD-2073-1 for identification marking. This contract will be a Firm Fixed Price type, and contractors must possess an active United States/Canada Joint Certification Program (JCP) certification to access export-controlled technical data. Interested parties should contact Kimberly S. Thomas at kimberly.thomas@dla.mil for further details and must submit proposals in accordance with the specified formats and deadlines.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    MMO: HARDWARE FOR GTF-CON NEEDED BY SPRING 2026
    Buyer not available
    The Department of Energy is seeking proposals from small businesses for the procurement of hardware necessary for the GTF-CON project, with a delivery deadline set for Spring 2026. This solicitation is part of a Total Small Business Set-Aside initiative, aimed at enhancing the capabilities of the Western Upper Great Plains Region. The goods required fall under the NAICS code 335999, which pertains to miscellaneous electrical equipment and component manufacturing, highlighting their significance in supporting energy-related projects. Interested vendors can reach out to Jeremy John Schafer at Schafer@wapa.gov or by phone at 605-353-2581 for further details regarding the solicitation process.
    Pulse cable
    Buyer not available
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for the procurement of 1,000 meters of high power triaxial pulse cable. The cable must meet specific technical requirements, including electrical characteristics such as a nominal characteristic impedance of 14 ohms and a maximum pulse duration of 3.7 μS, among other stringent specifications. This procurement is critical for the laboratory's operations, as the pulse cable is essential for various research and development applications in the field of general science and technology. Interested vendors must submit their best and final offers, including price and lead time, by December 20, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, with adherence to the Buy American Act Certification and other specified terms and conditions.