Wolf Creek GSU Transformer Replacement
ID: W912P524R0004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and installation of Generator Step-Up (GSU) transformers at the Wolf Creek Power Plant in Jamestown, Kentucky. This procurement involves a firm-fixed-price hybrid supply-construction contract for the design, manufacture, and delivery of three high-capacity power transformers, along with associated installation services. The project is critical for enhancing the power distribution capabilities of the facility and ensuring compliance with updated technical specifications and safety standards. Proposals are due by December 4, 2024, at 2:00 PM Central Time, and interested parties can direct inquiries to Alison Abernathy at alison.t.abernathy@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil. The estimated contract value ranges between $25 million and $100 million, with evaluations based on multiple factors including past performance and technical approach.

    Files
    Title
    Posted
    The control number LRN-FY24-33 corresponds to a procurement initiative aimed at acquiring advanced cybersecurity solutions. The primary objective is to bolster the government's network security infrastructure by procuring and integrating cutting-edge technology. The focus is on robust firewall and intrusion prevention systems, with specific attention to mitigating advanced persistent threats. The preferred solution seeks to unify threat management, providing real-time visibility and control. Vendors are expected to offer comprehensive technical specifications and demonstrations of their systems' capabilities, with rigorous testing and evaluation as part of the selection process. As for the contract, it is anticipated to be a firm-fixed-price agreement, estimated at around $2 million, with vendor performance evaluated based on their ability to meet stringent security and performance benchmarks. The deadline for vendor responses is October 15th, 2024, with a targeted project commencement in early 2025.
    The document outlines an extensive compilation of federal and state funding opportunities, specifically focusing on Requests for Proposals (RFPs) and grants. Its primary purpose is to provide a resource for various governmental entities seeking financial support for their projects. The text presents a structured overview of eligibility criteria, application processes, submission deadlines, and available funding amounts, facilitating potential applicants in navigating through numerous grant opportunities. Key ideas include the emphasis on compliance with federal regulations, the importance of strategic alignment with funding goals, and highlights on community impact considerations. By consolidating this information, the document serves as a crucial tool for local and state governments aiming to enhance public services and infrastructure. The integrity of project proposals in alignment with governmental priorities is underscored, ensuring that applicants focus on delivering measurable outcomes that contribute to community development and sustainability. Overall, the document aims to support the effective allocation of government resources through informed decision-making among public organizations seeking financial aid.
    The Nashville District Corps of Engineers requires a Foreign National Pre-Bid Meeting or Site Visit Request Form to be completed by non-U.S. citizens wishing to attend such events at their field locations. The form collects personal information and specifies required identification documents, aiming to facilitate access for foreign nationals while ensuring security. The process aims to approve visits two weeks prior, with exceptions considered as needed. This procedure is necessary for positive identification and security clearance, with access potentially denied if information is incomplete. The main procurement objective relates to site access and attendance at pre-bid meetings, focusing on positive identification and security measures for foreign nationals.
    The Nashville District Corps of Engineers seeks to authorize access for U.S. citizens to its field locations for pre-bid meetings or site visits. Citizens must submit a request form providing detailed personal information, including full legal name, date of birth, and the last four digits of their Social Security number. This is to ensure security clearance for access to the facilities. The focus here is on facilitating controlled access to the government facilities for prospective bidders.
    The government seeks a firm to design, manufacture, test, and deliver three high-capacity power transformers for the Wolf Creek Power Plant in Kentucky. These transformers, with voltage capacities of 90,000/150,000kVA and 161kV, are to be delivered fully assembled and tested, along with associated services like offloading, storage, and commissioning. The project involves two phases: a supply phase for transformer delivery and a construction phase for installation, with specified timelines. Contractors must provide insurance and adhere to security protocols. The procurement also includes options for designing and constructing transformer foundations, bus systems, and switchyard feeders, as well as training. Critical dates include a 10-day commencement window and specified delivery and completion timelines. Evaluation will consider factors like price, quality, and past performance. This fixed-price contract includes economic price adjustments for certain materials.
    The document is an amendment to the solicitation for the Wolf Creek GSU Transformer Replacement project, indicated as solicitation number W912P524R0004. It outlines several updates to technical specifications, bid requirements, and contract clauses. Key changes include the introduction of updated technical specifications, updated construction wage determinations, specifications on bid guarantees, and updated liquidated damages pertaining to construction delays. The amendment also incorporates relevant FAR clauses and expands upon insurance and bonding requirements. The project involves the design, construction, and installation of new GSU transformers at the Wolf Creek Power Plant, with an estimated contract value between $25 million and $100 million. Offerors must submit proposals that emphasize their past performance and technical approach, evaluated against several factors, including price, efficiency, and small business participation. The amendment stresses the importance of compliance with new provisions and deadlines for submission, highlighting the federal government’s intent to ensure a competitive and fair bidding process while maintaining high standards of contract performance and labor standards compliance.
    Similar Opportunities
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.
    Electrical Upgrades at Barren River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for electrical upgrades at the control tower system located at Barren River Lake in Glasgow, Kentucky. The project requires the contractor to furnish all necessary personnel, equipment, and materials to install electrical upgrades, including converting the electrical system to a non-separately derived system and ensuring compliance with all applicable regulations. This initiative is crucial for enhancing the operational capacity and safety of the control tower system, with an estimated contract value between $25,000 and $100,000. Proposals are due by September 23, 2024, at 10:00 AM ET, and interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a site visit on September 17, 2024. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or by phone at 502-315-6463.
    ARCENT Readiness Training Center Microgrid Project - Camp Buehring, Kuwait
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a microgrid project at Camp Buehring, Kuwait, aimed at enhancing energy resilience for the ARCENT Readiness Training Center. The project involves the installation of a 700 kW solar photovoltaic system and a 1.5 MW/1.5 MWh battery energy storage system, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for improving power reliability and sustainability in military operations, reflecting the government's commitment to modernizing energy infrastructure in overseas facilities. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Jessica Stone at jessica.m.stone@usace.army.mil or by phone at 502-315-6137.
    61--Transformers and Installation IAW SOW and Drawings
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide and install transformers at its Hydrologic Instrumentation Facility in Tuscaloosa, Alabama. The procurement involves delivering two transformers with specific electrical characteristics, including a primary input voltage of 480 VAC and a KVA rating of 30, along with installation services that comply with safety and operational standards. This project is crucial for supporting the facility's operational capabilities, particularly for new CNC machines, and emphasizes adherence to environmental and OSHA regulations. Interested small businesses must submit their quotes by September 19, 2024, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov.
    Power Transformers
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the purchase and delivery of 300 units of 2000 Watt Power Transformers, as outlined in solicitation number FA557024QB005. The transformers must meet specific technical requirements, including compatibility with U.K. electrical standards, and are intended for use at RAF Alconbury in Huntingdon, UK. This procurement is critical for ensuring reliable electrical infrastructure in support of military operations, emphasizing the need for compliance with both U.S. and international standards. Interested vendors must submit their quotes by September 19, 2024, at 1600 GMT, and can direct inquiries to Contracting Officer Aaron Ketz at aaron.ketz@us.af.mil or by phone at 4401480843125.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    Prime Power Distribution Systems (PPDS) Request for Proposal (RFP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the Prime Power Distribution Systems (PPDS) through a Request for Proposal (RFP) aimed at modernizing electric power distribution infrastructure across military operations. This procurement involves a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract that spans ten years, including a five-year base period and an optional five-year extension, with a total contract ceiling estimated at $90 million. The PPDS will consist of key components such as the Improved Primary Switching Center, Improved Secondary Distribution Centers, and Tactical Prime Power Transformers, which are critical for ensuring reliable power distribution in various operational environments. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Tony D. Adams at tony.d.adams10.civ@army.mil or Danny Lester at danny.w.lester.civ@army.mil.
    61--POWER DISTRIBUTION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of power distribution equipment under the title "61--POWER DISTRIBUTION." This contract involves the manufacture and supply of transformers and related components, adhering to strict quality assurance and inspection requirements, with an emphasis on compliance with military standards. The goods procured are critical for ensuring reliable power distribution in defense operations, highlighting their importance in maintaining operational readiness. Interested vendors must submit their proposals by September 30, 2024, and can direct inquiries to Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.
    Construction of JMTC Substation A Repairs at Rock Island Arsenal, IL
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design and construction of the Joint Manufacturing Technology Center (JMTC) Substation A at Rock Island Arsenal, Illinois. This project involves the construction of a new substation, including the relocation of existing utilities, demolition of the old structure, and the integration of advanced systems such as cybersecurity and fire protection. The estimated contract value ranges from $10 million to $25 million, with proposals due by September 20, 2024, and must be submitted electronically to Jacob S. Pridemore at jacob.s.pridemore@usace.army.mil. Interested contractors should ensure compliance with all specified requirements, including bonding and insurance, and are encouraged to submit innovative proposals that meet the project's stringent design and quality standards.
    Request for Proposal - UIP-KRS-358654-JK
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the procurement of a Main Power Transformer (MPT) and associated equipment, as outlined in Request for Proposal UIP-KRS-358654-JK. The selected subcontractor will be responsible for providing all necessary labor, materials, tools, and supervision to ensure the transformer and its auxiliary equipment are delivered in compliance with specified quality management plans and acceptance criteria. This procurement is critical for maintaining safe and efficient operations within the energy sector, particularly in transformer manufacturing. Interested offerors must submit their proposals by September 19, 2024, following the recent amendment to the RFP, and should direct any inquiries to Jerry King at jking@fnal.gov or by phone at 217-390-1120.