Island Creek Switchyard Transformer
ID: W912PM26RA006Type: Combined Synopsis/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)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This government file outlines the requirements for the ISLAND CREEK SWITCHYARD CONTRACT - SUPPLY, Amendment 0002 (W912PM26RA006), focusing on contract administration, documentation, and cybersecurity. A key requirement is the mandatory use of the Resident Management System (RMS) for all contract-related information, with a future transition to the Construction Management Platform (CMP). Contractors must provide detailed
    The U.S. Army Corps of Engineers, Hydroelectric Design Center, Wilmington District, is issuing Solicitation No. W912PM26RA006 for the Roanoke River, Island Creek Pumping Plant Transformer Switchyard project, scheduled for October 2025. This project outlines the detailed requirements for the design, fabrication, and installation of a 115 KV Class II Power Transformer. Key aspects include comprehensive specifications for the transformer's construction, accessories, control cabinet, and associated devices, ensuring compliance with IEEE C57.12.00 standards. The project also details rigorous factory acceptance tests and a complete list of spare parts. Additionally, the file provides information on the transformer foundation pad, seismic anchorage, and layout dimensions for proper integration within the switchyard. The control cabinet will be designed and built to UL 508A standards, incorporating advanced monitoring and safety features. The overall scope emphasizes robust design, thorough testing, and precise installation to support the Roanoke River Island Creek Pumping Plant's operational needs.
    The document is a Standard Form 1449, "Solicitation/Contract/Order for Commercial Products and Commercial Services," specifically tailored for a Women-Owned Small Business (WOSB) set-aside. It outlines a requirement for the design, manufacture, delivery, reassembly, testing, and provision of spare parts, documentation, and training for two JHK - IC Switchyard Transformers. An optional line item for temporary storage is also included. The solicitation details payment schedules, invoicing requirements, inspection and acceptance locations, and delivery terms, with the contractor responsible for transportation costs to the destination. Numerous FAR and DFARS clauses are incorporated by reference and full text, addressing various contractual obligations, including unique item identification, small business subcontracting, labor standards, and prohibitions on certain foreign procurements and technologies. The evaluation criteria prioritize work plan, technical approach, past performance, and price.
    This government solicitation, W912PM26RA006, from the U.S. Army Corps of Engineers, is a Women-Owned Small Business (WOSB) set-aside for the design, manufacture, delivery, reassembly, and testing of two JHK - IC Switchyard Transformers, along with spare parts, documentation, training, and an option for temporary storage. The contract is a Firm Fixed Price arrangement with specific payment milestones for CLIN 0001 (Design, Manufacture, and Factory Test Station) and full payment upon government acceptance for other CLINs. Invoices must include specific contract and company information and be submitted to Jacob Novak. The solicitation emphasizes compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to unique item identification, cybersecurity, and small business subcontracting. Offerors must submit proposals addressing work plan, schedule, technical approach, past performance, and price, with subcontracting plans evaluated against USACE targets for various small business categories. Inquiries must be submitted via the ProjNet website.
    This government amendment, W912PM26RA0060001, issued on October 23, 2025, primarily updates the solicitation number within the ProjNet instructions for solicitation W912PM26RA006, originally dated October 2, 2025. It details the process for submitting and reviewing solicitation/technical inquiries via the ProjNet website (www.projnet.org). Offerors must acknowledge amendments to the solicitation, with failure to do so potentially resulting in rejection of their offer. Changes to submitted offers must also reference the solicitation and amendment numbers. All inquiries must be submitted through ProjNet's Bidder Inquiry system at least ten calendar days prior to bid opening, with no new inquiries accepted within ten days of the bid opening. Offerors are responsible for checking the Bidder Inquiry system for responses and incorporating all information into their bids. The amendment specifies a Bidder Inquiry Key (PS7U4Y-ZDI2U7) for accessing the system. All other terms and conditions of the original document remain unchanged.
    This amendment to solicitation W912PM26RA0060002 extends the proposal due date from December 1, 2025, to February 9, 2026, and the bidder inquiry deadline to January 27, 2026. It includes updated drawings and specifications, and incorporates several new clauses, including 52.204-21, 252.204-7021, 252.204-7000, 252.204-7009, and 252.204-7025, while updating clause 52.246-18. A new CLIN 0008 for "Payment and Performance Bonds" has been added. The document outlines subcontracting plan goals for various small business categories with specific targets from the U.S. Army Corps of Engineers. Additionally, it details Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) requirements for contractors, emphasizing that offerors must have a current CMMC status in the Supplier Performance Risk System (SPRS) and provide CMMC unique identifiers in their proposals to be eligible for award.
    The document, Solicitation No. W912PM26RA006, details the "ISLAND CREEK SWITCHYARD CONTRACT - SUPPLY" for the Roanoke River Transformer Switchyard, ready to advertise in September 2025. This contract focuses on the supply of electrical equipment, specifically two oil-filled power transformers (115kV - 4.16kV, 5,000 kVA, three-phase) for the new Island Creek Pumping Station switchyard. Key work requirements include design, manufacture, factory testing, delivery, offloading, reassembly, field testing, commissioning, and furnishing spare parts, operation and maintenance manuals, and as-constructed drawings. An optional item involves temporary storage of transformers at the John H. Kerr Power Plant. The document outlines procurement, general requirements, integrated automation (cybersecurity), electrical systems (wire, cable, transformer commissioning), and electrical power generation (transformers shipment, hauling, assembly, and optional temporary storage). Comprehensive submittal procedures are detailed, categorizing submittals for government approval or information only, and specifying formats for various documents like shop drawings, product data, test reports, and O&M data. Payment terms for each contract line item (CLIN) are explicitly defined, covering all associated labor, materials, equipment, and incidental costs, including travel and per diem for key personnel.
    The provided document outlines the process and forms for evaluating proposals in government RFPs, federal grants, and state/local RFPs. It includes an Individual Technical Evaluation Form, a Summary Evaluation Form, and a Technical Evaluation Team Consensus Report. These forms standardize the assessment of proposals based on factors and subfactors, documenting strengths, weaknesses, deficiencies, risks, and uncertainties. They facilitate a consistent rating system using adjectival ratings (Outstanding, Good, Acceptable, Marginal, Unacceptable). The document also details the recording of initial, discussion, and final ratings, along with a rationale for each. A Minority Opinion Report is included for evaluators who disagree with the consensus. This framework ensures transparency, objectivity, and accountability in the proposal evaluation process, guiding evaluators in providing comprehensive feedback and justifying their ratings.
    Attachment 3, Form PPQ-0, is a Past Performance Questionnaire for NAVFAC/USACE contracts. It requires contractors to provide detailed information about their past projects, including contract specifics, pricing, and project descriptions, noting relevance to current submissions. The form is then completed by the client, who rates the contractor's performance across various factors: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Performance ratings range from Exceptional to Unsatisfactory, with clear definitions for each. The client also provides an overall rating and narrative feedback to assist in evaluating performance risk. The form emphasizes that clients should ideally submit the questionnaire directly to the offeror for inclusion in their proposal, but direct submission to USACE is also an option.
    The document, titled 'Proposed Small Business Participation Plan,' is an attachment for government RFPs, outlining requirements for prime contractors to detail their small business participation. It mandates offerors to categorize themselves as a large or small business prime (including sub-categories like Small Disadvantaged, Woman-Owned, HUB Zone, Veteran Owned, and Service Disabled Veteran Owned). The plan requires a breakdown of total contract dollars, specifying the percentage and dollar value of work performed by both the prime and subcontractors, ensuring the combined total equals 100% of the contract value. Additionally, it requires detailing the dollar value and percentage of subcontracts planned for various small business categories and listing the principal supplies/services these small businesses will provide. Large businesses must also submit a separate Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 252.219-7003, which must be consistent with the participation plan and is crucial for award eligibility. This ensures transparency and commitment to small business involvement in government contracts.
    This document outlines the proposal submission instructions and evaluation criteria for a competitive acquisition to supply two outdoor Class II oil-filled three-phase transformers. The solicitation, identified by NAICS code 335311, is unrestricted and seeks a single construction contract. Proposals will be evaluated based on Technical Approach, Past Performance, and Price, using a best value tradeoff process (FAR 15.101-1). Offerors must submit separate Price and Technical Proposals, along with Past Performance Questionnaires, electronically. The Technical Proposal (Volume II) requires a Work Plan and Technical Approach, while Volume I includes certifications and price. Proposals must be complete, concise, and adhere to specific formatting and page limits. The government reserves the right to award without discussions and to accept offers other than the lowest price or highest technically rated.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including electrical performance, construction materials, and testing requirements outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency and reliability of hydroelectric power generation at the facility. Proposals are due by March 12, 2026, and interested parties can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Sam Rayburn Switchyard
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses, must submit their responses detailing their capabilities, business size, and bonding capacity by 2:00 PM CST on January 9, 2026, with an estimated construction budget of less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    Switchgear Transformer Maintenance Service
    Dept Of Defense
    The U.S. Army Contracting Command – Rock Island is seeking quotations for Switchgear Transformer Maintenance Service at the McAlester Ammunition Plant, with a focus on inspection, maintenance, testing, and servicing of switchgear transformers in compliance with ANSI standards. This requirement is critical for ensuring the operational reliability of electric power distribution equipment and is set aside exclusively for small businesses under NAICS Code 335313. Interested contractors must submit their quotes electronically to Andrea Jones by December 29, 2025, at 12:00 PM CDT, including completed Attachments 0001 (Scope of Work) and 0002 (Pricing), with pricing valid for at least 30 days. For further details, contractors can reach out to Andrea Jones at andrea.jones36.civ@army.mil.
    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.
    TRANSFORMER,POWER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of power transformers under a federal contract. The primary objective is to acquire transformers that meet specific technical and quality requirements as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. These transformers are critical components for various defense applications, ensuring operational readiness and reliability of naval systems. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines as detailed in the solicitation documents.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the installation of a power station in Hangar 2418 at Fort Eustis, Virginia. This project involves providing electrical services to support the installation of equipment necessary for a training device related to MOS 15Y training, including the installation of transformers, disconnects, and an emergency stop circuit. The contract, which is a firm-fixed-price award under NAICS code 238210, is set aside for small businesses and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested vendors must submit their priced quotes by December 30, 2025, and any questions by December 23, 2025, via email to the designated contacts, Jolene A. Granger and Erin S. Duncan.
    Internal Tank Inspection at Caven Point Marine Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for internal tank inspections at the Caven Point Marine Terminal in Jersey City, New Jersey. The project involves a firm-fixed-price contract for the inspection and testing of various tanks, including diesel, gasoline, bilge, and gray water tanks, with specific safety regulations and confined space entry requirements to be adhered to. This procurement is crucial for ensuring the safety and compliance of the facility's storage tanks, and the contract is set to last one month, from February 2, 2026, to March 2, 2026. Interested parties must submit their quotes via email by January 12, 2026, and can reach out to Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil for further information.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    B301 Transformer Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the repair of a 250kVA Dry type transformer at Offutt Air Force Base in Nebraska. The project requires the contractor to provide transportation, equipment, materials, and labor to repair and rewind the transformer, with a focus on adhering to various safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the electrical distribution system at the base. The total award amount is capped at $12,500,000, with proposals due by January 6, 2026, and the performance period scheduled from January 20 to February 20, 2026. Interested parties can contact Nichole Barragan at nichole.barragan.2@us.af.mil or Daniel Kuchar at daniel.kuchar@us.af.mil for further information.