61--Purchase of Turbine Runner for Unit A9
ID: 140R3025R0023Type: Special Notice
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 Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed 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.
    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
    48--PRESSURE VESSEL RECERTIFICATION
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified businesses to provide pressure relief valves (PRVs) for the Hoover Dam as part of a Sources Sought announcement. The procurement aims to acquire several dozen PRVs of various sizes and specifications to ensure compliance with the ASME Boiler and Pressure Vessel Code, thereby enhancing the safety of the dam's pressurized systems and personnel. These valves are critical for the operation of the dam's boilers and pressure vessels, underscoring their importance in maintaining safe operational standards. Interested firms must submit their capability statements and relevant information by 4:00 PM Pacific Time on January 5, 2026, to Noah Maye at nmaye@usbr.gov, referencing number AGBOR300170 in the subject line.
    44--Thrust Bearing Oil Coolers Replacement
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking qualified businesses to provide modern replacement thrust bearing oil coolers for the Spring Creek Power Plant Hydro-Electric Generator. The objective is to replace four original, leaking oil coolers from a 1964 Allis-Chalmers 75 MW hydroelectric generator with ten new drop-in replacement units that meet or exceed the original specifications and adhere to various industry standards. This procurement is crucial for maintaining the operational efficiency and reliability of the hydroelectric generator. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by December 16, 2025, at 11:00 AM PST to Mouang Phan at mphan@usbr.gov.
    J--WASH RACK MAINTENANCE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for the maintenance of the wash rack electric pressure washer and water recycle system at Hoover Dam in Boulder City, NV. The procurement aims to ensure that the system is maintained to factory specifications through a series of inspections, tests, and routine maintenance tasks, which include checking various components such as pumps, sensors, and sludge removal systems. This maintenance is crucial for the operational efficiency and environmental compliance of the facility. Interested firms are invited to submit their capability statements by 4:00 PM Pacific Time on January 5, 2026, to Noah Maye at nmaye@usbr.gov, including their Unique Entity ID and relevant qualifications.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    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.
    MNA Turbine Draft Tube Slot Fillers
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and delivery of turbine draft tube slot fillers and dogging beams for the McNary Powerhouse project in Oregon. This procurement involves the production of twelve structural steel turbine draft tube slot fillers and eight dogging beams, with specific delivery schedules and stringent quality control measures outlined in the technical specifications. The project is critical for maintaining the operational integrity of the McNary Lock and Dam, emphasizing safety and compliance with federal standards throughout the fabrication and delivery process. Interested contractors must submit their bids electronically by December 8, 2025, at 12:00 PM Pacific Time, and can direct inquiries to Kristin Hyde at kristin.a.hernandez@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    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.
    NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for Horizontal Directional Drilling (HDD) services under Solicitation No. 140R4026R0002 for the NGWSP Block 2-3 project in New Mexico. The project entails the installation of a 42-inch buried water transmission pipeline and three 36-inch pipelines across various locations, including Nenahnezad Bluff and the San Juan River, with a total length of approximately 10,000 feet. This procurement is critical for enhancing water supply infrastructure in the region, and the contractor is expected to complete the work within 834 calendar days, starting from May 20, 2026, to September 21, 2027. Interested bidders must submit their offers by 13:00 local time on February 25, 2026, and are encouraged to contact Amy Loveless at aloveless@usbr.gov or 801-524-3790 for further information.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.