Island Creek Switchyard Transformer
ID: W912PM-24-R-0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

TRANSFORMERS: DISTRIBUTION AND POWER STATION (6120)

Set Aside

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

    The U.S. Army Corps of Engineers, Wilmington District, is seeking proposals for the design, manufacture, testing, and delivery of two outdoor Class II oil-filled three-phase transformers and associated circuit switchers as part of the Island Creek Switchyard Transformer project. The contract requires the provision of specific technical equipment, including high-voltage transformers and SF6 gas circuit switchers, along with an Operations and Maintenance Manual for all equipment supplied. This procurement is crucial for enhancing electrical infrastructure and ensuring operational reliability within the Army's facilities. Interested small businesses must submit their proposals electronically by February 18, 2025, and can direct inquiries to primary contact Jenifer Garland at jenifer.m.garland@usace.army.mil or secondary contact Troy Small at troy.d.small@usace.army.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a contract regarding the Island Creek Pumping Plant Transformer Switchyard project. It details the procurement and contracting requirements, including specific bid schedules for the design, manufacture, and testing of electrical equipment, such as oil-filled power transformers and SF6 gas circuit switchers. Key sections include a Summary of Work that highlights the installation and testing requirements, as well as the measurement and payment procedures for various job components. The work scope encompasses manufacturing transformers, delivering equipment, off-loading and reassembling units, and preparing operational documentation. It also covers optional temporary storage of equipment at the John H. Kerr Power Plant. Specifications outline rigorous quality control, environmental practices, and stakeholder training requirements. The contract emphasizes the Government's right to amend specifications and ensure compliance with safety and operational mandates throughout the project lifecycle. Overall, the RFP demonstrates the government's commitment to enhancing electrical infrastructure, ensuring safety standards, and maintaining fiscal responsibility in project execution.
    The document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers, Wilmington District, regarding contract ID W912PM24R0005. The primary purpose of this amendment is to extend the proposal due date from December 6, 2024, to December 20, 2024, at 2:00 PM. All other terms and conditions of the solicitation remain unchanged. The amendment requires contractors to acknowledge the receipt of this change prior to the specified due date, outlining several methods for acknowledgment, such as returning the amendment or including a reference in their submissions. This document serves to ensure that all potential offerors are informed of the extended timeline, thereby facilitating broader participation and ensuring compliance with federal procurement requirements. The clear structure follows standard federal forms and includes necessary contracting officer details to maintain proper documentation and accountability. Overall, the amendment illustrates the government's commitment to transparency in the procurement process.
    This document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers, Wilmington District. Its main purpose is to extend the proposal submission deadline from January 24, 2025, to February 18, 2025, while updating required Department of Defense (DOD) SAFE information protocols. It emphasizes that all other terms of the original solicitation remain unchanged. Proposals must be submitted electronically through the DOD SAFE system, with specific instructions on file format and submission processes outlined clearly. Notably, submissions must avoid classified data and cannot include hyperlinks. Contractors must request an upload code at least five working days before the new due date and ensure all proposals are correctly submitted to avoid rejection due to late submissions. The document stresses that upload failures or delays are the contractor’s responsibility. This amendment reflects the government's effort to manage submissions effectively while adhering to electronic communication and data handling standards specified in federal and defense procurement guidelines.
    The document is a solicitation (W912PM24R0005) issued by the U.S. Army Corps of Engineers for the design, manufacturing, delivery, testing, and documentation of station transformers and related components. The solicitation outlines the main tasks to include: designing, manufacturing, testing transformers, delivering associated equipment, off-loading and reassembling, providing spare parts, and training government personnel. It includes a payment schedule based on milestone completions and specifies that invoicing must include contract details. The document emphasizes compliance with various federal provisions, including clauses related to small businesses, price adjustments for certain materials, and telecommunication regulations. It indicates set-aside categories for small businesses and includes representations required for various statuses like women-owned and veteran-owned businesses. The contract evaluation criteria focus on the work plan, technical approach, past performance, and price. This solicitation reflects the government’s goal to obtain specific technical services while promoting small business participation and ensuring compliance with regulatory requirements.
    This document is an amendment to a federal solicitation, specifically extending the proposal due date for a contract involving the U.S. Army Corps of Engineers, Wilmington District. The previous due date of November 15, 2024, has been postponed to December 6, 2024, at 2:00 PM. All other terms and conditions of the original solicitation remain unchanged. The amendment highlights the necessity for contractors to acknowledge receipt of this amendment either by submitting a signed copy, referencing it in their submission, or through a separate communication before the revised deadline. This amendment serves to ensure adequate time for contractors to prepare their proposals, emphasizing compliance with procurement procedures as outlined by federal regulations. The amendment reflects the organization and formal structure typical of government documents, aimed at maintaining clarity and communication throughout the contracting process. Overall, it fulfills a procedural requirement to inform bidders of changes and maintain fairness in the solicitation process.
    This document is an amendment to federal solicitation W912PM24R0005, issued by the U.S. Army Corps of Engineers, Wilmington District. The key updates include an extension of the proposal due date from December 20, 2024, to January 24, 2025, and an update to the Department of Defense Safe (DOD SAFE) information related to electronic proposal submissions. The amendment specifies that only proposals submitted electronically via the SAFE platform will be accepted, prohibiting other submission methods like email or fax. Offerors are instructed to request an upload code from the Contract Specialist at least five working days prior to the due date, confirming proper submission through a 'Drop-Off Completed' screen. This document reinforces the importance of timely and secure electronic submission, highlighting potential delays and ensuring that proposals are not expired before the final due date. The adjustments aim to streamline the solicitation process while adhering to requirements set forth by the Department of Defense for proposal submissions. Overall, this amendment serves to facilitate a more organized submission procedure for contractors engaging with the Army Corps of Engineers.
    The document serves as a Request for Proposals (RFP) for a contract focused on designing, manufacturing, testing, and delivering high-voltage transformers and circuit switchers. It outlines the requirements for two outdoor Class II transformers and circuit switchers with specific technical specifications, emphasizing the importance of including an Operations and Maintenance manual. The solicitation is set aside for small businesses and will follow a competitive acquisition process, evaluating proposals based on price and non-price factors using the Best Value-Tradeoff process. Offerors must submit both price and technical proposals electronically, following strict formatting and organization guidelines. The proposal structure mandates separate volumes for price and technical content, with detailed instructions for the Work Plan, Technical Approach, and Past Performance sections. Evaluation criteria prioritize technical understanding, effective project management, and compliance with specifications, assessing both the quality and timeliness of past projects. Overall, this RFP emphasizes clear communication and organization in proposal submissions while ensuring government interests are met through a thorough evaluation process to establish a contract awarded to the offeror demonstrating the best overall value.
    The document outlines a proposal data sheet associated with the Request for Proposals (RFP) W912PM-24-R-0005 for the Island Creek Pumping Plant Roanoke River Transformer Switchyard project. It requires offerors to provide essential details, including their name, address, and DUNS number, along with information about proposed team members. The document further specifies the need for offerors to designate authorized negotiators who will represent the organization in discussions with the government. It mandates that names, titles, and contact details of these negotiators be submitted. This structured approach is typical in government RFPs, ensuring compliance and facilitating clear communication between the offeror and the government entity involved, emphasizing the importance of transparency and accountability in the procurement process. The RFP seeks comprehensive proposals while identifying key participants and their roles in negotiation.
    The document serves as a comprehensive framework for evaluating proposals submitted in response to government Requests for Proposals (RFPs). It includes an Individual Technical Evaluation Form and a Technical Evaluation Team Consensus Report, detailing the evaluation process such as rating scales, necessary evaluative criteria, and required documentation of findings. Reviewers assess offerors based on specified factors and subtasks, assigning ratings from Outstanding to Unacceptable, while documenting strengths, weaknesses, deficiencies, and uncertainties associated with each proposal. The consensus report summarizes the evaluators' collective findings, highlighting major strengths and weaknesses. Additionally, a Minority Opinion Report allows evaluators to express dissent regarding consensus ratings, providing specific rationales and alternative recommendations. This structured evaluation approach ensures transparency and consistency in the selection process, aligning with federal and local procurement standards. The evaluations ultimately guide decision-makers in selecting the most qualified offeror for contract awards.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a structured tool designed to assess the performance of contractors involved in federal projects. The document requires contractors to provide detailed information about their firm, including contact details, contract specifics, and project relevance. Clients are responsible for evaluating the contractor's performance across various criteria, such as quality, timeliness, customer satisfaction, management, financial management, safety, and compliance with contract terms. Performance ratings range from Exceptional to Unsatisfactory, based on the assessment of each category. The ratings help gauge a contractor's ability to meet or exceed contractual obligations. The form also allows clients to provide comments on specific strengths and weaknesses, ensuring a comprehensive evaluation of performance risk. Overall, this questionnaire serves as a vital tool for federal and state agencies to assess contractors' past performances, informing future procurement decisions and ensuring accountability in federal funding and compliance with regulations.
    The document appears to be a log of digital signatures related to government contracts or requests for proposals (RFPs). It lists individuals' names, their associated identification numbers, and the timestamps of when these signatures were applied, indicating the completion of transactional processes. Key signatories include John Z. Yen, Sharon E. Demeaux, and Vincent J. DiBlasi, each having signed on February 27, 2024. The presence of digital signatures signifies the validation of documents required in federal grants and state/local RFPs, emphasizing the importance of electronic authentication in governmental transactions. The document's structure primarily consists of a list format showcasing signatory information, which is essential for maintaining transparency and accountability in public sector procurement processes.
    The document contains a series of digital signatures associated with named individuals, confirming their authorization related to federal government proposals or requests for proposals (RFPs). Specifically, three individuals have provided their digital signatures on February 27, 2024. The signatures belong to John Z. Yen, Sharon E. Demeaux, and Vincent John DiBlasi, each accompanied by unique identification numbers and timestamps. This secured method of signing underscores the importance of authentication in government dealings. However, the document does not elaborate on the specific context or the proposals tied to these signatures. The encrypted nature of the document suggests it is intended for secure communications typical in the federal grants and RFP processes, ensuring that only authorized individuals are recognized within governmental documentation. This format emphasizes accountability and procedural integrity, critical in public sector financial distributions and collaborations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Little Goose Spare Transformers for Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers, is seeking proposals for the design, manufacture, and testing of generator step-up transformers for the Lower Snake River Plants, specifically the Little Goose Spare Transformers project. This procurement involves two types of transformers and will utilize a firm fixed-price contract strategy over an estimated period of 1,460 days, with a best value trade-off acquisition approach to ensure optimal proposals are selected. The project is critical for maintaining infrastructure reliability and efficiency, with anticipated solicitation and award dates set for March 2025 and July 2025, respectively. Interested parties can reach out to Alan Inglis at alan.n.inglis@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further information and guidance on participation.
    Pad-Mounted Switchgear
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 15kV Pad-Mounted Switchgear Transformer to be delivered to Joint Base Charleston, South Carolina. This equipment is critical for maintaining electrical operational integrity and safety, featuring a 12.5 kA short-circuit rating and constructed from 304L stainless steel with SF6 gas insulation for enhanced reliability and personnel safety during maintenance. Interested small business vendors under NAICS code 335313 must submit their quotes via email, ensuring compliance with technical requirements, with a maximum delivery timeframe of 96 weeks post-award. For further inquiries, potential offerors can contact Edward Maxted-Sorensen at edward.maxtedsorensen.1@us.af.mil or Matthew Michel at matthew.michel@us.af.mil.
    (2) TRANSFORMERS FOR DLA DISTRIBUTION WARNER ROBINS, GA (DDWG)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement and installation of two 45 kVA Buck Boost transformers at DLA Distribution Warner Robins, Georgia. This requirement arises from the need to rectify voltage issues affecting newly installed air compressors, ensuring operational efficiency and safety within the facility. The selected contractor will provide a firm-fixed-price quotation, including all costs for packing, shipping, and installation, with a delivery timeline of 30 days post-order receipt. Interested small businesses must submit their proposals by March 19, 2025, and can contact Brian Keckler at brian.keckler@dla.mil or 717-770-8418 for further information.
    GSU Transformer Supply, Oahe Dam, SD & Ft Peck Dam, MT
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking suppliers for transformers to be utilized at the Oahe Dam in South Dakota and the Ft Peck Dam in Montana. The procurement focuses on power, distribution, and specialty transformer manufacturing, which are critical for maintaining the operational efficiency of these facilities. The goods are essential for ensuring reliable power distribution and supporting infrastructure resilience in these key locations. Interested vendors can reach out to Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil for further details regarding the presolicitation notice.
    166 MXG NDI Transformer and Installation
    Buyer not available
    The Department of Defense, specifically the Army National Guard, is seeking qualified contractors for the procurement of a Non-Destructive Inspection (NDI) Transformer and its installation for the 166th Maintenance Group (MXG). The project aims to enhance the electrical infrastructure by providing essential equipment and installation services, which are critical for maintaining operational readiness and safety standards. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should contact Bryan Driscoll at bryan.driscoll.5@us.af.mil or 302-323-3487, or Katesha Tolson at katesha.tolson.1@us.af.mil or 302-323-3410 for further details.
    K--Nathaniel "Nat" Washington Power Plant GSU Transformer Replacements
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified firms for the replacement of Generator Step-Up (GSU) transformers at the Nathaniel "Nat" Washington Power Plant, part of the Columbia Basin Project in Washington. The project involves supplying, installing, and commissioning six new GSU transformers, along with the removal and disposal of existing units and associated equipment, while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining a reliable power infrastructure in the region, with an estimated project cost ranging from $100 to $175 million. Interested parties must respond to the Sources Sought Notice by April 15, 2025, and can obtain additional details by contacting Scott Cooper at smcooper@usbr.gov or by phone at 208-378-5104, following the completion of a Non-Disclosure Agreement.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of power supply solutions. The primary objective of this solicitation is to acquire transformers for distribution and power station applications, which are critical for maintaining operational readiness and efficiency within military installations. The NAICS code for this opportunity is 335311, indicating a focus on power, distribution, and specialty transformer manufacturing. Interested vendors can reach out to James B. Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1@NAVY.MIL for further details regarding the solicitation process.
    Merritt Twin Disc Transmission Rebuild
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the rebuild of two Twin Disc Marine Transmissions for the Dredge Merritt, with the solicitation number W912PM25QA003. Contractors are required to provide all necessary labor, materials, and services to restore the transmissions to like-new condition, adhering to manufacturer specifications and federal regulations. This project is critical for maintaining the operational capabilities of the dredge, emphasizing the importance of compliance with safety and technical standards. Interested small businesses must submit their price quotes and technical proposals electronically by March 26, 2025, at 3:00 PM Eastern Time, with a total estimated award amount of $12,500,000 and a performance period from April 15, 2025, to June 15, 2025. For further inquiries, contact Shaun McKenna at shaun.m.mckenna@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    6110--676-22-122 Replace Electrical Switchgear
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of electrical switchgear, transfer switches, generators, and transformers at the Tomah VA Medical Center in Wisconsin, under project number 676-22-122. The procurement aims to modernize critical electrical infrastructure to ensure reliable service for essential operations, as the existing equipment is outdated and prone to failure. This project is particularly significant for maintaining operational efficiency in a facility that serves veterans, reflecting the government's commitment to enhancing healthcare infrastructure. Interested parties must submit their bids by March 27, 2025, at 10:00 AM CT, and can direct inquiries to Contracting Officer Gregory T. Block at Gregory.Block@va.gov. The estimated budget for this project ranges between $1,000,000 and $2,000,000, and participation is limited to CVE-verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).
    59--TRANSFORMER,POWER A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of nine units of the Power Transformer (NSN 5950005834522). This solicitation is a Total Small Business Set-Aside, aimed at manufacturers within the Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing industry, under NAICS code 334416. The transformers are critical components for various electrical and electronic equipment applications, and the delivery is required at the DLA Distribution Depot in Oklahoma within 168 days after order. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.