Cole River Substation purchase, Amend 0001
ID: W9127N25QA062Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, Portland District, is soliciting quotes for the purchase and assembly of an electrical substation for the Cole M. Rivers Hatchery in Trail, Oregon. The procurement involves the design, assembly, testing, and delivery of a substation that includes critical components such as 480-volt switchgear, dry-type service transformers, and medium voltage switch breakers, all adhering to government specifications. This substation is vital for ensuring a reliable power supply to support the hatchery's operations, which include spawning and rearing activities. Interested vendors must submit their quotes by November 18, 2025, and direct any inquiries to Contract Specialist Nathean Stoner at nathean.w.stoner@usace.army.mil or by phone at 503-808-4634.

    Files
    Title
    Posted
    The document outlines the replacement of the Cole Rivers Hatchery electrical substation, providing a comprehensive product description for federal government RFPs, grants, and state/local RFPs. Key components include a dry-type service transformer, 15kV medium voltage switchgear, 480V low voltage switchgear, and an automatic transfer switch (ATS) with controller. The substation manufacturer is responsible for factory assembly, testing, and delivery to the Lost Creek Boneyard Storage Building in sections, followed by on-site reassembly and field testing. The document details extensive reference standards (ANSI, ASME, ASTM, IEEE, NETA, NEMA, NFPA, UL, USACE, ICC) and specifies rigorous deliverables, including design submissions, test procedures, O&M manuals, and quality assurance documentation. Critical requirements cover enclosure design, nameplates, grounding, and advanced features for the low voltage switchgear such as digital electronic trip units with arc flash reduction and breaker health monitoring. The ATS and its controller must integrate seamlessly with the main and generator circuit breakers, managing load shedding and automatic power transfer. Handling, delivery, storage, assembly, and post-assembly field testing protocols are meticulously described, including site access, utility availability, and testing limitations. The document also specifies outdoor operational ratings for temperature, humidity, snow load, and wind speed.
    The provided file is empty and contains no content. Therefore, it is impossible to identify a main topic, key ideas, or supporting details, and no summary can be generated. The file's lack of information prevents any analysis regarding government RFPs, federal grants, or state/local RFPs. To proceed, a file with actual content is required.
    The U.S. Army Corps of Engineers, Portland District, is undertaking an electrical substation project for the Cole M. Rivers Hatchery at Lost Creek Lake. The project involves a new 13.8kV electrical substation assembly with a 2000KVA dry transformer, medium voltage switchgear, and low voltage cabinets. The design includes main and generator circuit breakers, surge protective devices, and an Automatic Transfer Switch (ATS) controller for seamless power transfer to a backup diesel generator (850kVA to 1MVA) during normal power failures. The substation is designed to accommodate various plant loads, including those for spawning, rearing buildings, and drainage pumps. The documentation provides detailed electrical legends, abbreviations, circuit and conduit identification, and a comprehensive wiring diagram with operational sequences for the ATS, ensuring a robust and reliable power supply for the hatchery, with all equipment being new and integrated from the same manufacturer for optimal performance and safety.
    The document describes a facility with five 18ft x 18ft doors, two of which are shown open. It highlights an approximately 65-foot space between the fence and the building, designed to facilitate the maneuvering of delivery vehicles and the offloading of equipment. A 10 cubic yard dump truck is used as a reference for scale in this area. The back of the doors and a concrete pad are also depicted. It is explicitly stated that the pictured forklift is not available for use in offloading or assembly tasks, indicating a need for external equipment or alternative methods for these operations. This information is relevant for planning logistics and operations related to deliveries and material handling at the described facility.
    This government file outlines essential contract clauses for federal acquisitions, incorporating both FAR and DFARS clauses by reference and full text. Key FAR clauses cover gratuities, System for Award Management, commercial entity codes, and safeguarding contractor information systems. DFARS clauses address whistleblower rights, compensation of former DoD officials, prohibition on certain telecommunications equipment, hexavalent chromium, domestic commodity preference, and restrictions on business with the Maduro Regime and Xinjiang Uyghur Autonomous Region. The document also details full-text clauses for commercial products and services, including inspection, payment, termination, and intellectual property. It emphasizes unique item identification and valuation, small business preferences (like HUBZone concerns), environmental regulations (ozone-depleting substances), and compliance with various statutes and executive orders on labor, ethics, and supply chain security. The file ensures transparency, accountability, and adherence to federal regulations in government contracting.
    The document W9127N25QA062, "Cole River Substation Questions and Answers," clarifies the requirement for full re-assembly of the substation at the delivery site, despite it being shipped in three sections. A question arose regarding the necessity of full re-assembly for field testing, proposing the use of jumpers instead, which would avoid future disassembly and reassembly by the installation contractor. The government's response mandates full re-assembly, citing unnecessary risk associated with jumpers during field-testing and storage. This approach ensures a clear separation between the supply contract and the future installation contract, even though it necessitates repeat disassembly, reassembly, and field-testing by the subsequent installation contractor.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Industry Day Announcement for The Dalles transformers 9,10,11 repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is hosting an Industry Day to discuss the repair of transformers 9, 10, and 11 at The Dalles Dam in Oregon. The objective is to gather industry input on construction risks and capabilities related to the repair and improvement of these critical electrical components, which are essential for maintaining the dam's operational integrity. This event will provide an overview of the project scope, environmental considerations, and opportunities for networking, with a focus on enhancing contractor understanding of USACE's specifications and requirements. Interested firms must RSVP by December 12, 2025, to participate in the virtual meeting scheduled for January 29, 2026, and can contact Joseph B. Jarvis at joseph.b.jarvis@usace.army.mil for further details.
    Bonneville Powerhouse 1 Station Service Air Dryers Purchase
    Buyer not available
    The U.S. Army Corps of Engineers (COE) is seeking proposals from qualified small businesses to supply and install two Zeks Model 800 HSG air dryers at the Bonneville Lock and Dam in Cascade Locks, Oregon. This procurement aims to replace the out-of-service air dryers that are critical for the operation of recently replaced air compressors, ensuring continued support for essential power generation equipment. The contract, estimated at $56,710.00, requires delivery within 30 days of award and includes provisions for a factory-trained technician to assist with start-up, along with warranties for the equipment. Interested vendors should direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil, with proposals due in accordance with the solicitation guidelines.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated oil accountability measures to minimize potential oil releases into the Columbia River, thereby improving environmental compliance and operational efficiency. This initiative is critical for managing approximately 400,000 gallons of oil at the dam and fulfilling obligations under a settlement agreement with Columbia Riverkeepers. Proposals are due by December 15, 2025, at 11:00 AM PST, with a construction budget estimated between $1,000,000 and $5,000,000. Interested parties should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    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.
    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.
    MNA Turbine Draft Tube Slot Fillers
    Buyer not available
    The U.S. Army Engineer District Walla Walla is soliciting bids for the fabrication and delivery of twelve structural steel turbine draft tube slot fillers as part of the McNary Powerhouse project. This procurement requires compliance with stringent safety and quality standards, including adherence to USACE EM 385-1-1 regulations, and involves detailed specifications for materials, fabrication processes, and delivery schedules. The project is critical for maintaining the operational efficiency of the McNary Lock and Dam on the Columbia River, ensuring the reliability of hydroelectric power generation. Interested contractors must submit their bids electronically by December 11, 2025, at 10:00 AM Pacific Time, with the bid opening scheduled for the same day at 1:00 PM via Microsoft Teams. For further inquiries, contact Kristin Hyde at kristin.a.hernandez@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil.
    MNA Vertical Pump Storage Platform
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers, Walla Walla District, is seeking sources for the fabrication and delivery of a Navigation Lock Unwatering Pump Platform for the McNary Lock and Dam in Umatilla, Oregon. The project requires the fabrication of structural steel components, including columns, beams, guardrails, gates, and fall protection anchors, all of which must meet specific tolerances and standards, including hot-dipped galvanization and compliance with AWS D1.1/D1.1M standards. This sources sought notice aims to identify capable small businesses that can fulfill these requirements, with interested firms required to submit their business size, past project experience, and other relevant details to the primary contact, Kristin Kreutzer, at kristin.n.kreutzer@usace.army.mil. This opportunity is not a solicitation but a preliminary step to gauge interest and capability, with no commitment from the government to procure supplies at this stage.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
    LCR Armed Guard Services 3 Month Bridge, Sole Source
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to award a sole-source contract for armed guard services to Prosecure, LLC, the incumbent contractor, for a three-month bridge period. This procurement aims to provide essential security services at the Bonneville, John Day, and The Dalles Dams, ensuring the safety and operational integrity of these critical facilities. The contract falls under the NAICS code 561612 for Security Guards and Patrol Services, with a size standard of 600 employees, and is classified under PSC code S206 for housekeeping-guards. Interested parties must submit capability statements by 2:00 PM Pacific Time on December 9, 2025, to Nathean Stoner at nathean.w.stoner@usace.army.mil, as no solicitation will be posted and oral communications are not accepted.