59--550kV EHV Bushing Replacement
ID: 89503325QWA000317Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFWESTERN-SIERRA NEVADA REGIONFOLSOM, CA, 95630, USA

NAICS

Switchgear and Switchboard Apparatus Manufacturing (335313)

PSC

CIRCUIT BREAKERS (5925)
Timeline
    Description

    The Department of Energy's Western Area Power Administration (WAPA) is seeking proposals for the replacement of two Siemens brand 550-kV Extra High Voltage (EHV) bushings for a power circuit breaker at the Tracy Substation. This procurement aims to ensure the operational integrity and safety of the electrical infrastructure by replacing a damaged bushing with a compliant component that meets specific technical standards, including IEEE C37.017-2020. The solicitation is set aside for small businesses under NAICS code 335313, with a deadline for proposal submissions extended to August 8, 2025, at 5:00 PM Pacific Time. Interested contractors should direct inquiries to Angela Xavier at xavier@wapa.gov or call 916-353-4051, and must adhere to the detailed submission requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Western Area Power Administration (WAPA) seeks to replace a damaged 550-kV extra high voltage power circuit breaker single bushing at the Tracy Substation. The new composite bushing, compliant with IEEE C37.017-2020 standards, must be manufactured by Siemens, integrating specific components to ensure compatibility with the existing breaker. Key service conditions include operation at a temperature range of -30°C to +50°C and a seismic qualification of high standards per IEEE 693. The bid involves detailed requirements for testing, documentation, terminal connections, and potential on-site work by Siemens personnel for the bushing installation. Contractors are tasked with submitting comprehensive drawings, data, and test reports as outlined in a specified schedule. Delivery must adhere to strict protocols, including advance notification and safety coordination with site contacts. This RFP emphasizes WAPA's commitment to maintaining operational integrity and safety at its facilities, with a clear emphasis on compliance with electrical standards and thorough documentation for accountability and oversight.
    Attachment C outlines the requirements and guidelines for submitting proposals in response to various federal and state/local RFPs. The document emphasizes the importance of adherence to specified formats and deadlines for applicants seeking federal grants. Key sections detail eligibility criteria, project scope, and evaluation criteria, highlighting the need for comprehensive project descriptions and detailed budgets. Supporting documentation, such as organizational capability statements and past performance examples, is also required to demonstrate the applicant's qualifications. The attachment underscores a collaborative approach, encouraging partnerships and community involvement to enhance project effectiveness. It is essential for applicants to ensure compliance with all regulatory and legal standards to enhance the likelihood of funding approval. This document serves as a critical resource for understanding the application process and requirements associated with federal and state/local funding opportunities.
    The Western Area Power Administration (WAPA) of the Department of Energy is seeking a single source justification under FAR 13.106-1(b)(1) for the purchase of a Siemens 550KV extra high voltage circuit breaker bushing replacement. The contract is to be firm fixed-price, emphasizing the need for a brand-name Siemens part due to specific requirements regarding electrical insulation, fit, mechanical strength, reliability, and adherence to manufacturer standards. This bushing is critical for the safe and effective operation of the high-voltage circuit breaker, which is integral to the overall reliability of the power transmission grid. Using an exact replacement from Siemens ensures compatibility and performance standards are maintained, thereby safeguarding the operation and security of the electricity supply system. The rationale for limiting competition centers around the technical necessity for an exact match to the original equipment to avoid potential operational failures or safety hazards.
    The document outlines the Price Schedule for a federal procurement related to the replacement of a 550-kV Extra High Voltage (EHV) Single Bushing at Tracy Substation as specified under Solicitation No. 89503325QWA000317. It includes detailed descriptions and requirements for contract line item numbers (CLINs), specifically focusing on the procurement of the power circuit breaker bushing and associated services. Key elements include the expectation that all items must be from a single manufacturer, necessitating bids on all listed items to avoid disqualification. The first CLIN details the specifications for a specific power circuit breaker bushing, including operational capabilities and delivery timelines, indicating a delivery window no sooner than a coordinated date and no later than June 1, 2026. Additional CLINs address the delivery, unloading, and the optional removal/installation of the bushing at the substation, with strict completion deadlines by September 1, 2028. Overall, this document functions as a structured solicitation for suppliers, emphasizing compliance with technical specifications and the importance of a cohesive bid submission to enhance procurement efficiency and project success. This aligns with the broader context of federal contracting processes aimed at ensuring effective infrastructure management and maintenance within the energy sector.
    The document is an amendment to a solicitation issued by the U.S. Department of Energy (DOE) for the replacement of one Siemens brand 550-kV Synchronous Independent Pole Dead-Tank Power Circuit Breaker Bushing at the Tracy Substation. The amendment extends the deadline for offers to May 22, 2025, at 2:30 PM Pacific Time. It specifies that offers must be submitted via email and outlines the requirements necessary for submission, including a cover letter, completed bid schedule, and detailed technical documentation demonstrating compliance with specified attachments. The delivery deadline for the replacement bushing is set between the awarded date and June 1, 2026, coordinated with the agency. This solicitation is designated as a small business set-aside under NAICS 335313. Key compliance and communication guidelines are emphasized to ensure the integrity of the bidding process, highlighting the importance of timely acknowledgment of the amendment to avoid rejection of offers. Overall, this amendment serves to clarify and update critical information related to the solicitation while supporting federal procurement processes aimed at small business participation.
    This government document is an amendment to solicitation number 89503325QWA000317 regarding the replacement of a Siemens brand 550-kV Synchronous Independent Pole Dead-Tank Power Circuit Breaker Bushing for the Tracy Substation. The amendment specifies that the deadline for submitting offers has been extended to June 23, 2025, at 2:30 PM Pacific Time. Offers must be submitted via email and are exclusively open to small businesses under NAICS 335313. The document outlines submission requirements, which include a letter on company letterhead, a completed Bid Schedule (Attachment A), a Technical Volume demonstrating compliance with the specified technical requirements (Attachments B and C), and a signed Standard Form 1449. Questions regarding the solicitation must be submitted in writing via email by April 30, 2025, at 4:00 PM Pacific Time. Additionally, it states that no phone inquiries will be accepted. The expected delivery for the replacement bushing is no later than June 1, 2026, with coordination required with the issuing agency, the Western Area Power Administration. The process emphasizes adherence to specified guidelines and preparation for careful proposal submission to ensure compliance with the amended solicitation terms.
    The document outlines Amendment 3 of solicitation number 89503325QWA000317 issued by the U.S. Department of Energy's Western Area Power Administration (WAPA) regarding the replacement of a 550-kV circuit breaker bushing for the Tracy Substation. The amendment extends the submission deadline for offers, now due via email by July 23, 2025, at 2:30 PM Pacific Time. Interested contractors must acknowledge receipt of this amendment and submit a bid that includes an offer letter, completed bid schedule, technical compliance information, and a signed Standard Form 1449. Questions regarding the solicitation must be submitted in writing by April 30, 2025. The solicitation is designated for small businesses under NAICS 335313, underscoring the government's initiative to support small enterprises in federal contracting opportunities. This amendment reflects the procedural adjustments typical in government procurement processes while maintaining compliance with established regulations.
    The document concerns Amendment 4 of a solicitation by the U.S. Department of Energy’s Western Area Power Administration (WAPA) for the procurement of two Siemens brand bushings for a 550-kV power circuit breaker at the Tracy Substation. This amendment extends the deadline for submission of offers to August 8, 2025, at 5:00 PM Pacific Time and increases the quantity of bushings required from one to two, including a spare. Contractors must acknowledge receipt of this amendment and submit their proposals via email, adhering to specific requirements including a technical volume and completed bid schedule. Questions regarding the solicitation must be submitted by August 4, 2025, strictly in writing. The solicitation is set aside for small businesses under NAICS code 335313, emphasizing the federal government's commitment to promote small business engagement in public contracts.
    The document outlines a Request for Proposal (RFP) from the Western Area Power Administration (WAPA) under the US Department of Energy. The RFP seeks bids for the replacement of a Siemens 550-kV Synchronous Independent Pole Dead-Tank Power Circuit Breaker Bushing at Tracy Substation, emphasizing adherence to specified technical requirements. Offers are to be submitted by 04/22/2025, with delivery coordinated to occur no sooner than a date agreed upon and no later than June 1, 2026. The bidders are instructed to provide a detailed technical volume to demonstrate compliance, including prior relevant experience and capabilities. The evaluation process will also consider price, technical offerings, delivery lead time, and past performance, ensuring submissions reflect the best value proposition for the government. The RFP includes instructions for the submission of forms and necessary certifications to comply with federal standards, including stipulations regarding small business classifications and telecommunications service regulations. This procurement illustrates the government’s intent to maintain and enhance electrical infrastructure while fostering competitive engagement from qualified contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    7A--ITRON Software Maintenance Renewal
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) is seeking to procure the annual maintenance renewal for ITRON applications and support on a sole source basis. The procurement aims to ensure continued operational support for critical software applications, with a specified period of performance from January 1, 2026, to December 31, 2026. This maintenance is vital for the ongoing functionality and reliability of the software used in power administration operations. Interested parties may submit a capability statement to Amber Myers, Contract Specialist, at amyers@wapa.gov, within five calendar days of the notice publication, as this is not a request for competitive quotes.
    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.
    59--CIRCUIT BREAKER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of circuit breakers under the solicitation titled "59--CIRCUIT BREAKER, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide a firm-fixed-price repair service with a Repair Turnaround Time (RTAT) of 90 days, emphasizing the importance of timely delivery and compliance with government inspection standards. These circuit breakers are critical components in various naval applications, and the successful contractor will be responsible for ensuring that all repairs meet the operational and functional requirements as specified. Interested parties should direct inquiries to Joshua J. Eshleman at joshua.j.eshleman.civ@us.navy.mil or by phone at 717-605-6055, with proposals expected to adhere to the outlined specifications and timelines.
    Power Distribution Box Assembly
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of seven Power Distribution Box Assembly units (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a firm fixed-price contract. This opportunity is set aside exclusively for small businesses and includes an option for an additional seven units, with specific requirements for military packaging and preservation, as well as compliance with export control regulations. The goods are critical for military operations, necessitating adherence to strict inspection and acceptance protocols at the origin, with delivery to the Blue Grass Army Depot in Richmond, KY. Interested parties must submit their offers electronically by December 4, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialists George Campbell and Catherine Castonguay via their provided email addresses.
    CIRCUIT BREAKER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of circuit breakers under the NAICS code 335313. This solicitation aims to acquire essential switchgear and switchboard apparatus, which play a critical role in electrical distribution and safety within military operations. Interested vendors must submit their quotes via email to Destiny N. Wiatr at destiny.n.wiatr.civ@us.navy.mil by the specified closing date, with late submissions not being considered for award. For further inquiries, potential bidders can contact Destiny N. Wiatr at 215-697-3528.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through 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 in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    59--CIRCUIT BREAKER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of circuit breakers under solicitation number NSN 5925004101453. The requirement includes a quantity of 98 units, with delivery expected within 53 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These circuit breakers are critical components in electrical systems, and the contract is set aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    Government Publishing Office FY26 Equipment Inspection
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.