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 Department of Defense, specifically 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 electrical equipment for the Island Creek Switchyard project in Boydton, Virginia. The procurement includes the provision of high-voltage transformers, circuit switchers, and load-break switches, all of which are critical for enhancing the operational capacity of the pumping plant while adhering to federal and local regulations. This opportunity is set aside for small businesses, emphasizing the government's commitment to promoting small business participation in federal contracting. Interested parties must submit their proposals by November 15, 2024, 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 Island Creek Pumping Plant Transformer Switchyard project, outlined in Solicitation No. W912PM24R0005, aims to design, supply, deliver, and commission essential electrical transformers and switchgear for a new switchyard. The project includes the provision of two oil-filled power transformers (5,000 kVA), SF6 gas circuit switchers, and an outdoor load-break interrupter switch. Additionally, the contract stipulates responsibilities for training government personnel, preparing operation manuals, and closeout documentation. Key tasks include manufacturing and testing the equipment, transportation to the Island Creek site, reassembly, and on-site commissioning as per specified standards. The outlined bid schedule provides a detailed breakdown of base and optional items with associated payment terms for design, delivery, assembly, and necessary spare parts. The document emphasizes compliance with quality control and safety requirements throughout the process. The intent is to enhance the operational capacity of the pumping plant while adhering to federal and local regulations. Notably, any amendments to specifications or drawings can be made prior to bidding, with provisions for stakeholder input and bid adjustments as needed.
    The government document outlines Solicitation W912PM24R0005, regarding the acquisition of station transformers and accessories, detailing the requirements for design, manufacturing, testing, delivery, and associated tasks. It is structured into sections that specify supplier obligations, including a breakdown of line items for design, delivery, offloading, testing, and spare parts. Each line item is quantified and must conform to the specifications provided, with payment tied to the successful completion of specified milestones. The solicitation emphasizes the expectation for small business participation, specifically aiming for a setup that prioritizes small business offers. It incorporates various clauses regarding procurement regulations, vendor representations, certifications, and compliance with federal guidelines. A significant focus is on ensuring that all equipment supplied meets preferences related to U.S. manufacturing and meets defined standards. Overall, this document serves as a formal request for offers from qualified suppliers to fulfill specific government needs while maintaining compliance with procurement standards and promoting small business interests within the supply chain. The due date for submissions is set for November 15, 2024.
    The document outlines the submission instructions for a government Request for Proposals (RFP) for the design, manufacturing, testing, and delivery of electrical equipment, including transformers and circuit switchers. It emphasizes a competitive acquisition process, specifically set aside for small businesses, where contractors must submit their best technical and price proposals upfront, as discussions may not be held. Proposals will be evaluated on a Best Value-Tradeoff basis, weighing both price and non-price factors. Offerors are instructed to provide separate volumes for their price, technical proposals, and past performance information. Key elements include a detailed work plan, technical approach, and proven past performance to demonstrate the capability to meet project requirements. Comprehensive evaluation criteria assess each proposal’s adherence to specifications, feasibility, and the contractor’s understanding of the project scope. The document stresses strict adherence to submission guidelines, including format and page limits, and warns that failure to comply can result in disqualification. The evaluation process will be conducted by a Source Selection Evaluation Board (SSEB) which will determine the award based largely on technical merit and overall value rather than simply cost. Ultimately, the government retains the right to reject any proposal.
    The document is a proposal data sheet for the Request for Proposals (RFP) numbered W912PM-24-R-0005, pertaining to the Island Creek Pumping Plant Roanoke River Transformer Switchyard. It outlines the necessary information that an offeror must provide, including their contact details and DUNS number, along with that of any proposed team members. Furthermore, it specifies the need for the names and contact information of authorized negotiators representing the offeror in discussions with the government regarding the RFP. This information is vital for establishing clear communication channels and ensuring compliance with federal procurement regulations. The document reflects standard practices in government solicitations, highlighting the importance of transparency and structured negotiations in the federal contracting process.
    The document outlines the Individual Technical Evaluation Form and Consensus Report used in evaluating proposals for federal RFPs (Requests for Proposals) and grants. It serves to collect evaluators' assessments of submitted offeror proposals, emphasizing ratings based on specific criteria including strengths, weaknesses, deficiencies, and uncertainties. Each evaluator provides an initial and final rating, which are documented along with a rationale for their assessed quality, highlighting significant attributes and noted issues. The Evaluation Notices (ENs) are recorded for weaknesses and deficiencies to monitor areas of concern that need attention. The Consensus Report aggregates evaluations from multiple team members to form a collective rating for the offeror. Additionally, a Minority Opinion Report allows members to express any dissent from the consensus, providing a rationale for their differing opinions and including their recommended classifications. Overall, the document emphasizes a structured approach to evaluating proposals, ensuring transparency and thoroughness in assessing bidders for federal contracts, ultimately aiming to select the most qualified offerors while maintaining compliance with federal regulations.
    The file outlines the Past Performance Questionnaire (PPQ-0) used by NAVFAC/USACE to evaluate contractors as part of federal government requests for proposals (RFPs) and grants. It includes sections for contractors to provide essential information, such as their firm name, contact details, contract specifics, and project descriptions. The document seeks client feedback through an evaluation sheet that assesses contractor performance based on key factors like quality, timeliness, customer satisfaction, cost management, safety, and management capabilities. Each section features adjectival rating scales ranging from "Exceptional" to "Unsatisfactory," allowing clients to quantitatively express their satisfaction with the contractor's services. The questionnaire encourages clients to provide narrative remarks on strengths and weaknesses noted during the contract execution. It emphasizes the importance of accurate responses for future evaluations, as well as the government’s right to verify any provided information. Overall, the PPQ serves as a critical tool for assessing contractor capabilities and past performance in government contracting contexts.
    The document comprises signed entries by individuals associated with various government processes, likely related to federal grants or requests for proposals (RFPs). It captures digital signatures with timestamps for three individuals: John Z. Yen, Sharon E. Demeaux, and Vincent J. DiBlasi, indicating their formal acknowledgment or approval of a relevant administrative matter. Each entry contains a unique identifier and the date of signing, which is consistent across all three signatures, suggesting a collective action or decision made on February 27, 2024. The structured format indicates a procedural step in the federal or local governmental processes, emphasizing the importance of digital signatures for verification and accountability in public affairs. Overall, the document reflects routine yet crucial administrative practices necessary for the proper functioning of government initiatives related to grants and contracts.
    The document comprises a series of digitally signed entries from individuals relevant to federal and state funding applications or requests for proposals (RFPs). It features signatures from three individuals—John Z. Yen, Sharon E. Demauex, and Vincent J. DiBlasi—each associated with a unique identification number and timestamp indicating the date and time of their signatures. This suggests a procedural step in the processing of applications or proposals, likely confirming their authenticity and commitment to the specific RFP or grant application. The focus on digital signatures highlights a shift towards securing applications electronically in compliance with federal and state standards. Overall, the document underlines the importance of documentation and verification in the RFP process within government operations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense, through 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, testing, 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 is estimated to have a contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically via PIEE.gov by 2:00 PM Central Time on December 4, 2024, and are encouraged to direct inquiries to the primary contact, Andrew Roth, at andrew.r.roth@usace.army.mil.
    Procurement of New Transformer, Current Supporting 800kW, 60 Hz DPGDS
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking sources for the procurement of a new transformer, specifically the Transformer, Current Supporting 800kW, 60 Hz DPGDS, on behalf of the Army Integrated Logistics Supply Center (ILSC). The government intends to acquire a total of 90 units over a five-year period, with specific quantities required each year, and is looking for suppliers who can provide detailed information on lead times, cost estimates, production capacity, and relevant documentation to support their capabilities. This transformer is critical for military operations, and the selected contractor must demonstrate experience in similar technologies and the ability to meet U.S. government delivery timelines. Interested parties must submit their responses by January 14, 2025, to the designated contacts, Mr. Lawrence Donohue and Mr. Micah Greene, via the provided email addresses.
    59--TRANSFORMER,POWER A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of two power transformers under the solicitation titled "59--TRANSFORMER, POWER A." The procurement requires compliance with various technical and quality assurance standards, including specific military specifications and documentation, to ensure the transformers meet the operational needs of the Navy. These transformers are critical components for military applications, emphasizing the importance of reliability and adherence to stringent quality controls. Interested vendors must submit their offers by November 14, 2024, and can direct inquiries to Carly Gassert at 717-605-5693 or via email at CARLY.GASSERT@NAVY.MIL.
    XQT-1 Transformer Replacement
    Active
    Energy, Department Of
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is soliciting proposals for the manufacture and delivery of a 10MVA transformer (XQT-3) and an optional 20MVA transformer (XQT-1). The primary objective is to provide all necessary labor, materials, and equipment for the transformers, including site support during installation and commissioning. This procurement is crucial for enhancing the laboratory's power distribution capabilities and is classified under NAICS Code 335311 for Power, Distribution, and Specialty Transformer Manufacturing. Proposals are due by 4:00 PM EST on November 1, 2024, and interested parties should contact Chi Man Cheung at ccheung@pppl.gov or 609-243-3092 for further information. A Pre-Proposal Videoconference is scheduled for October 9, 2024, at 10 AM EST, and attendance is strongly encouraged.
    59--TRANSFORMER,POWER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 230 units of power transformers, specifically NSN 5950001653654. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the NAICS code 335311 for Power, Distribution, and Specialty Transformer Manufacturing. The transformers are critical components for various electrical and electronic equipment applications, and timely delivery to DLA Distribution San Diego is required within 161 days after order. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    TRANSFORMER,POWER
    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 repair of power transformers. The procurement aims to establish a contract for the repair services, emphasizing a required Repair Turnaround Time (RTAT) and adherence to quality standards, including ISO-9001 certification. These transformers are critical components in military operations, necessitating timely and efficient repair to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT, to Ethan Lentz at ETHAN.LENTZ@NAVY.MIL or by phone at 717-605-2892, with the solicitation details available for review.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Reclamation, is seeking bids for the replacement of Generator Step-Up (GSU) transformers at three power plants as part of the Trinity River Division in 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. This initiative is crucial for modernizing the electrical infrastructure and maintaining uninterrupted power generation during the replacement process. The estimated contract value ranges from $35 million to $50 million, with proposals due by January 31, 2025. Interested bidders can contact Matthew Thomas at mthomas@usbr.gov or call 916-978-5117 for further information.
    Conversion of Overhead (OH) to Underground (UG) Powerlines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Norfolk office, is seeking qualified contractors for the conversion of overhead powerlines to underground installations at the Defense Supply Center Richmond (DSCR) in Virginia. The project involves the removal of existing overhead electrical powerlines and the installation of new underground ductbanks, switch stations, and transformers, with an estimated construction cost between $500,000 and $1,000,000. This initiative is part of a broader renovation effort at DSCR, aimed at enhancing the electrical infrastructure in the North Campus area. Interested small business firms are encouraged to submit a capabilities statement by the specified deadline, with inquiries directed to Rachael Frommelt or Michael Hagerty via email.
    59--TRANSFORMER,POWER
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of three units of the power transformer (NSN 5950010124680). The requirement specifies delivery to the DLA Distribution Depot in Oklahoma within 62 days after order (ADO), with the approved source being 95266 16423. Power transformers are critical components in electrical systems, ensuring efficient power distribution and management. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    59--TRANSFORMER,POWER
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 20 units of the NSN 5950000580650 Power Transformer. This solicitation is a Total Small Business Set-Aside, aimed at manufacturers within the Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing industry, as classified under NAICS code 334416. The transformers are critical components in various electrical and electronic equipment applications, emphasizing the importance of reliable supply sources. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is expected within 69 days after order placement.