61--Purchase of Turbine Runner for Unit A9
ID: 140R3025R0023Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Turbine and Turbine Generator Set Units Manufacturing (333611)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)
Timeline
    Description

    The Department of the Interior, Bureau of Reclamation, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office. This procurement involves the design, model testing, and fabrication of the turbine runner, which is critical for maintaining the operational efficiency of the hydroelectric powerplant. The project emphasizes high efficiency and includes specific requirements such as computational fluid dynamics analysis and hydraulic transient analysis, with a performance period of 1,510 days. Proposals are due by January 30, 2026, and interested parties should direct inquiries to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.

    Point(s) of Contact
    Toledo, Virginia
    (928) 343-8136
    928343
    vtoledo@usbr.gov
    Files
    Title
    Posted
    Solicitation No. 140R3025R0023, issued by the U.S. Department of the Interior, Bureau of Reclamation, seeks proposals for the purchase of a replacement vertical Francis Turbine Runner for Unit A9 at the Hoover Dam Office. The requirement includes a model test, hydraulic design, computational fluids dynamics analysis, hydraulic transient analysis and report, and furnishing a stainless steel vertical Francis turbine runner, nose cone, and appurtenant components. Proposals must include a price schedule for the model test and hydraulic design, and the turbine runner, along with warranted characteristics for weighted efficiency (minimum 94.0%) and horsepower. Offerors must also comply with small business participation requirements and various federal acquisition regulations concerning contract clauses, representations, certifications, and safeguarding information systems. Written questions are due by October 17, 2025, and the delivery of the runner is expected within 1,510 days of the Notice of Award.
    The Bureau of Reclamation has released a series of engineering drawings detailing components for a turbine assembly, likely for a federal project or grant. The drawings include specifications for a Foundation Wear Ring, Head Cover Wear Ring, Shift Ring Assembly, Facing Plate Blank, A9 Shaft Coupling Studs (Upper and Lower), A9 Turbine Coupling Bolt, and A9 Coupling Nut. Key specifications across these components include dimensions in inches measured at 68°F, general tolerance of ±.016 (1/64) unless otherwise specified, circular features concentric within .005, and a surface finish of 125 RA. Materials specified include UNS S21800 Nitronic-60 for wear rings and ASTM A193 B7 for coupling studs and bolts, with ASTM A193 Grade 2H and Grade 7 for coupling nuts. Notes consistently address details such as breaking sharp edges, specific material requirements, and the need for final body diameters to be determined after inspection, highlighting precision and adherence to standards.
    The document "DI-137 Release of Claims" from the United States Department of the Interior is a standardized form used in federal contracting. Its purpose is to formalize the release of all claims by a contractor against the United States government, its officers, agents, and employees, upon completion of work and prior to final payment. In consideration of the final payment, the contractor acknowledges and discharges all debts, dues, liabilities, obligations, accounts, claims, and demands related to the specified contract. The form includes sections for contractor identification (corporation, partnership, joint venture, or individual) and requires signatures and dating. For corporations, an additional certification section is provided to verify the authority of the signatory. This document is crucial in federal procurement, ensuring a clear legal conclusion to contracts and preventing future disputes after final payment has been rendered.
    The government solicitation, number 140R3025R0023, outlines a sole-source procurement for a hydroelectric turbine from GE Verona. The project, with a 1,510-day performance period, is divided into two phases: design, manufacturing, and delivery (717 days), followed by a one-year performance evaluation. This sole-source approach is justified under 41 U.S.C. 3304(a)(1) and FAR 6.302-1, citing GE Verona's unique Advanced Casting Cell (ACC) manufacturing process, which leverages 3D printing for large-scale metal components. This technology was developed through a competitive DOE Funding Opportunity and aligns with Hoover Dam's immediate turbine needs. The partnership is expected to reduce costs by 30% to 40% compared to traditional methods, with pricing to be negotiated by BOR technical experts. A Notice of Intent to sole source was posted, and market research, while not specific, confirmed the price range for similar turbines is $4M to $6M.
    The Bureau of Reclamation (BOR) is issuing a Notice of Intent (NOI) to award a sole-source contract to GE Verona Operations LLC for a new Francis hydroelectric turbine for Hoover Dam, Unit A9. This procurement, under Solicitation No. 140R3025R0023, aims to acquire a wide-head turbine capable of operating efficiently at lower Lake Mead elevations to mitigate drought impacts. The comprehensive scope of work includes developing a digital foundry framework, designing guidelines for mold fabrication, automating welding processes, establishing qualification and certification processes, building and testing a scale model, delivering the new runner, and evaluating its performance. The 1,510-day project is divided into two phases: design, manufacturing, and delivery (717 days), followed by GE Verona’s performance evaluation after one year of service. This action is a partnership with the Department of Energy’s Advanced Materials and Manufacturing Technologies Office. The procurement is justified under FAR 6.302-3 for industrial mobilization and research capability. The NAICS code is 333611 (Turbine and Turbine Generator Set Unit Manufacturing), and the Product of Service Code is 6115 (Generator and Generators Sets Electrical). This notice is informational, and responses demonstrating competitive advantage must be submitted by August 22, 2024, at 3:00 PM PST to Virginia Toledo at vtoledo@usbr.gov.
    This amendment, 140R3025R0023-0001, extends the proposal receipt date for the "Purchase of Turbine Runner for Unit A9 for Hoover Dam Office" solicitation. The new deadline for proposals is January 30, 2026, at 5:00 PM. Proposals should be sent to the Bureau of Reclamation, Yuma Area Office, Attn: Virginia Toledo, 7301 Calle Agua Salada, Yuma, AZ 85364, or via email to vtoledo@usbr.gov. All other terms and conditions of the original solicitation remain unchanged. This modification is issued by the Bureau of Reclamation's Lower Colorado Region office in Boulder City, NV, with an effective date of October 8, 2025.
    The Bureau of Reclamation, Lower Colorado Region, Regional Office in Boulder City, NV, has issued solicitation number 140R3025R0023, a Request for Proposal (RFP), for the purchase of a turbine runner for Unit A9 at the Hoover Dam Office. This is a rated order under the Defense Priorities and Allocations System. The solicitation includes requirements for a model test and hydraulic design (due December 31, 2027) and a vertical Francis turbine runner (due February 15, 2027), with the product/service code 6115 for generators and generator sets. The document outlines instructions, conditions, and notices to offerors, contract clauses, special contract requirements, and evaluation factors for award. Offers are due by January 9, 2026, at 1700 local time, and will be administered by the Bureau of Reclamation, Yuma Area Office. Virginia Toledo is the point of contact for information.
    The U.S. Department of the Interior is seeking proposals for the Hoover Powerplant, Unit A9 Runner Replacement project, solicitation number 140R3025R0023. This project involves the hydraulic design, model testing, and fabrication of a new Vertical Francis Turbine Runner, nose cone, and associated components. Key requirements include CFD analysis, hydraulic transient analysis, and adherence to specific operational characteristics for the turbine and generator. The solicitation details various general requirements, including submittal procedures, quality control plans, safety data sheets, and access to the site. The work is located at the Hoover Powerplant on the Colorado River, near Boulder City, Nevada. The project emphasizes high efficiency across a broad head and load range, with detailed specifications for coordination meetings, construction programming, and record documentation.
    The document outlines the requirements for a Small Business Subcontracting Plan, in accordance with FAR 52.219-9, for contractors of the Department of the Interior, Bureau of Reclamation. It details 15 essential elements for the plan, including the type of plan (Individual, Master, or Commercial), specific subcontracting goals for various small business categories (SB, HUBZone SB, SDB, WOSB, VOSB, SDVOSB, ISBEE), and methods for developing these goals and identifying potential subcontracting sources. The plan also mandates inclusion of indirect costs, administration of the subcontracting program, efforts to ensure equitable opportunity for small businesses, and the incorporation of FAR clauses in subcontracts. Furthermore, it requires cooperation in studies, submission of periodic reports (ISR and SSR), maintenance of detailed records to demonstrate compliance, and assurances regarding good faith efforts in subcontracting, timely payments, and non-prohibition of subcontractor discussions with contracting officers.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N1 BRAKE RING REPLACEMENT
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to participate in a Sources Sought announcement for the replacement of a brake ring assembly for Unit N1 at the Hoover Dam. The procurement involves the manufacturing of 10 new brake plates, the removal of the old ones, and the installation of the new components, which will come with a five-year warranty. This initiative is crucial for maintaining the operational integrity and safety of the dam's machinery. Interested parties are invited to submit capability statements by January 1, 2026, at 1700 Pacific Time to mwatanga@usbr.gov and nmaye@usbr.gov, referencing solicitation number 140R3026R0008. Submissions should include firm details, manufacturing status, product origin, size status/SBA certifications, and an estimated delivery date, with a maximum of five pages for the capability statement.
    N8 AIR ADMISSION SUPPORT CONE
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking capability statements from businesses for the manufacture of the N8 Air Admission Support Cone, which is critical for the air admission system at Hoover Dam. This Sources Sought announcement aims to identify potential suppliers who can produce the cone based on provided specifications, with the goal of determining an appropriate procurement strategy, including possible set-asides for small businesses. The selected manufacturer will play a vital role in maintaining the operational integrity of the air admission system, which is essential for the dam's functionality. Interested firms must submit their responses, including company information and a capability statement, by December 29, 2025, at 1700 Pacific Time, referencing solicitation number 140R3026R0006. For further inquiries, contact Noah Maye at nmaye@usbr.gov.
    John Day Dam Turbine Replacement and Generator Rewind (TRGR)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking contractors for the John Day Dam Turbine Replacement and Generator Rewind (TRGR) project located in Rufus, Oregon. The project involves designing and constructing up to sixteen new turbine runners and rewinding up to sixteen generators to enhance turbine reliability, increase fish survival rates, improve efficiency, and provide greater operational flexibility. This competitive procurement will utilize a two-phase design-build approach, with an estimated construction magnitude exceeding $500 million, and is set to be awarded as a fixed-price contract with economic price adjustments. Interested contractors should note that the tentative solicitation issuance date is by December 30, 2025, and must ensure they are registered in SAM.gov prior to submission. For further inquiries, contact Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    Bradbury Dam Pump Rental
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the rental and operation of a temporary water supply pump system at Bradbury Dam, as outlined in Solicitation Number 140R2026Q0017. The project requires the contractor to furnish, install, test, operate, disassemble, and remove a system capable of delivering an adjustable flow rate of 9-11 cubic feet per second (cfs) from Lake Cachuma to the Bradbury Dam spillway, with operations scheduled from January 12 to January 16, 2026. This acquisition is a 100% small business set-aside, emphasizing the importance of small business participation in government contracts, and quotes are due by January 5, 2026, at 12:00 PM Pacific Time, to be submitted via email to Joe Molina at joemolina@usbr.gov.
    44--Thrust Bearing Oil Cooler
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for the procurement of 10 thrust bearing oil coolers as part of a total small business set-aside contract. The objective is to replace four original oil coolers for a 75 MW hydroelectric generator at the Spring Creek Power Plant with modern units that meet or exceed the original specifications, adhering to ASME and TEMA standards. Interested vendors must submit their quotes by January 16, 2026, at 2:00 PM Pacific Standard Time, and should direct their inquiries to Mouang Phan at mphan@usbr.gov or by phone at (916) 978-5127.
    Z--Digital Governor Modernization
    Interior, Department Of The
    The U.S. Bureau of Reclamation is seeking to award a sole source contract for the modernization of digital governors at the Shasta Power Plant in California. This project involves upgrading existing, over 20-year-old Programmable Logic Controllers (PLCs) and Human-Machine Interfaces (HMIs) to enhance operational efficiency and extend the lifespan of the equipment by 15-20 years. The selected contractor, L&S Electric Inc., will replace obsolete components with Modicon M580 PLCs and Magelis HMI touchscreen panels, while also incorporating new operational modes for improved functionality. Interested firms must submit their qualifications and demonstrate their capability to meet the requirements by 10:00 AM Pacific Standard Time on January 5, 2026, to the Contract Specialist, Mouang Phan, at mphan@usbr.gov.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is soliciting quotes for the replacement of an outdated Dynapower pump and its associated servo/moog valve on the Mat Sinking Unit's Matboat 4801. The procurement requires the contractor to provide a functionally identical Dynapower motor, Model 880600 888168, compatible with the new servo/moog valve, with all replacements to be delivered to Vicksburg, MS, by January 9, 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 333996, and proposals will be evaluated based on capability and price, with the contract awarded to the lowest-priced, capable offer. Interested parties must submit their quotes electronically by December 31, 2025, at 11:00 AM, to Judy M. Huell at Judy.M.Huell@usace.army.mil, and ensure their offers remain valid for 60 days.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project, titled "Y--NGWSP BLOCK 2-3 HDD." This project involves the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various challenging terrains, including crossings at the San Juan River, Shumway Arroyo, and Nenahnezad Bluff, with a total length of approximately 1.8 miles. The successful contractor will be responsible for adhering to strict environmental, safety, and cultural resource protection guidelines, with a performance period set from May 20, 2026, to September 21, 2027. Interested bidders must submit their proposals by February 25, 2026, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.