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
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is preparing to solicit bids for the procurement of spare Generator Step Up Transformers. This firm-fixed-price supply contract will be open to full and open competition, aimed at fulfilling the specifications set forth by the U.S. Army Corps of Engineers. These transformers are critical for power distribution and management within the Lower Snake River Plants, ensuring operational efficiency and reliability. Interested vendors should note that the solicitation will be released soon via https://sam.gov/, and for further inquiries, they can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil.
    Electrical Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for electrical parts under solicitation number W519TC26QA041. The procurement focuses on various electrical components, including load centers, GFCI breakers, and load center hubs, with a total small business set-aside aimed at Women-Owned Small Businesses (WOSB). These electrical parts are critical for maintaining and enhancing the functionality of military facilities, ensuring compliance with safety and operational standards. Proposals are due by December 9, 2025, at 10:00 AM, and interested parties can contact Lynn Baker at lynn.d.baker8.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    Sam Rayburn Switchyard
    Buyer not available
    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 including 8(a), HUBZone, SDVOSB, and WOSB, must submit their responses by November 20, 2025, at 2:00 PM CST, detailing their capabilities and relevant experience, with the estimated construction value being 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.
    59--REACTOR-TRANSFORMER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 38 units of the NSN 5950013698394 Reactor-Transformer. This solicitation is aimed at acquiring essential electrical components, which are critical for various defense applications. The procurement is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse suppliers. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address provided in the solicitation document. The deadline for quote submission is 35 days after the award date.
    Power Distribution Box Assembly
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of seven Power Distribution Box Assembly units (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a firm fixed-price contract. This opportunity is set aside exclusively for small businesses and includes an option for an additional seven units, with specific requirements for military packaging and preservation, as well as compliance with export control regulations. The goods are critical for military operations, necessitating adherence to strict inspection and acceptance protocols at the origin, with delivery to the Blue Grass Army Depot in Richmond, KY. Interested parties must submit their offers electronically by December 4, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialists George Campbell and Catherine Castonguay via their provided email addresses.
    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.
    JHK Erosion Control
    Buyer not available
    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.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Ft. Buchanan Microgrid
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey for the construction of a microgrid at Fort Buchanan, Puerto Rico. This project involves the design and installation of a microgrid system featuring twelve 570 KW diesel generators, a battery energy storage system, and various supporting infrastructure, aimed at enhancing energy resilience and operational continuity. The estimated contract duration is approximately 1,141 calendar days, with a projected cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must submit their responses by December 8, 2025, at 2:00 PM Eastern Time, to Henry Caldera at henry.c.caldera@usace.army.mil.