Z--TRD GSU Transformer Replacements
ID: 140R2024R0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

REPAIR OR ALTERATION OF EPG FACILITIES - HYDRO (Z2MD)
Timeline
    Description

    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of generator step-up (GSU) transformers at three power plants within the Trinity River Division of the Central Valley Project in California. The project involves the supply, installation, and commissioning of nine transformers, along with the removal and disposal of existing units, with an estimated budget ranging from $35 million to $50 million. This procurement is critical for enhancing the reliability of electrical infrastructure and ensuring compliance with safety and environmental regulations, particularly concerning hazardous materials like asbestos. Interested contractors must submit their proposals by January 31, 2025, and can direct inquiries to Sydney Johnson at sgjohnson@usbr.gov or by phone at 916-978-5431.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details Amendment 08 to Solicitation No. 140R2024R0002, concerning the GSU Transformer Replacements for the Trinity River Division under the Central Valley Project in California. The amendment outlines necessary changes to the solicitation, including revisions to contract clauses related to economic price adjustments and site visit arrangements. Key modifications involve replacing certain clauses, updating information in relevant sections, and ensuring acknowledgement of the amendment is received by specified deadlines for offers to be considered valid. Four price schedules outline required components and pricing details for three power plants, mandating offers cover all schedules for consideration. The document highlights warranty characteristics for power transformers, stipulating acceptable loss parameters and compliance with performance expectations. Additionally, the contract clauses incorporate standard terms from the Federal Acquisition Regulation (FAR) and the Department of the Interior, emphasizing compliance requirements, payment and performance bonds, economic price adjustments, and domestic content requirements for construction materials. This amendment reinforces the government's intent to ensure transparent and fair contracting practices while requiring contractors to adhere to established regulations that govern federal procurements.
    The government document is an amendment regarding the solicitation for the replacement of transformer equipment at various power plants under the Bureau of Reclamation’s Central Valley Project in California. The amended solicitation (No. 140R2024R0002) extends the proposal due date to October 31, 2025, and modifies several contract details, including updates to contact information and proposal requirements. Key components of the contract include the construction and installation of generator step-up transformers, with a total estimated project cost ranging from $35 million to $50 million. The work will occur at three power plants: Spring Creek, Judge Francis Carr, and Trinity Powerplants, all of which are located near Redding, CA. The contractor must complete various tasks such as transformer supply, removal of existing equipment, and installation of seismic anchorage systems. The document outlines the procedural requirements for submission, evaluation criteria, and restrictions related to work schedules, including allowable hours and necessity for prior approvals for service interruptions. The amendment serves to ensure transparency in the procurement process and to invite contractors to provide comprehensive bids aligned with the government’s technical and safety standards.
    The document outlines the design and specifications related to the transformer anchorage system for the Trinity River Powerplant, part of the Bureau of Reclamation's Central Valley Project. It includes detailed structural drawings of the anchorage system, highlighting critical dimensions and elevation points necessary for installation. The documents specify the responsibilities of the contractor regarding dimension verification related to electrical equipment after the project commences. Furthermore, it addresses safety protocols, such as preventing seismic anchorage attachment to the hatch cover and ensuring the anchorage points are properly embedded in concrete. Additionally, it provides wiring diagrams for three transformers in the powerplant, accompanied by conduit and cable schedules. This information is vital for facilitating efficient electrical connections and ensuring compliance with regulatory standards during installation. Overall, the document serves as a foundational resource for contractors and engineers involved in modernizing the facility while maintaining structural integrity and safety.
    The document outlines the request for proposals (RFP) for the replacement of GSU transformers within the Trinity River Division as part of the Central Valley Project in California. Solicitation No. 140R2024R0002 specifies detailed sections regarding packaging, inspection, performance requirements, and contract administration data. Notably, it emphasizes the contractor's obligations, including a timeline for commencement and completion of work spanning 2,900 calendar days, alongside potential liquidated damages of $12,900 for delays. Moreover, the contract highlights the importance of a post-award conference to ensure clear communication between contractors and the contracting officer, emphasizing the technical role of the designated Contracting Officer’s Representative (COR). Additionally, contractors are urged to manage small business participation following guidelines and submit reports in compliance with the Small Business Participation Document. Key clauses detail insurance requirements, bonding, and safeguarding of federal information systems, adhering to the Buy American Act during material procurement. The document serves as a comprehensive guide for bidders, emphasizing efficiency, timely delivery, and compliance with federal standards while ensuring fiscal accountability and regulatory adherence throughout the project duration.
    The government document presumably relates to a range of formal requests for proposals (RFPs) and grants at federal, state, and local levels. Its primary purpose appears to be the solicitation of bids or applications for various projects or funding opportunities aimed at enhancing public services and infrastructure. The structure likely includes detailed descriptions of project requirements, eligibility criteria for applicants, submission guidelines, evaluation processes, and funding availability. Key ideas might involve specific objectives related to community improvements, regulatory compliance, and promoting public health and safety through structured proposals. Numerous sections may outline conditions such as ensuring environmental sustainability, adherence to health standards, and collaboration among stakeholders including government entities, non-profits, and private organizations. Overall, this document serves as a critical framework for engaging interested parties to participate in governmental projects that have direct implications for local communities and public service delivery, showcasing a commitment to transparency, accountability, and effective governance within applicable funding programs.
    The document is a Past Performance Questionnaire (PPQ) utilized by the U.S. Department of the Interior's Bureau of Reclamation for evaluating a firm's past performance on federal contracts. It includes sections for providing the firm's details, contract specifics, and a comprehensive evaluation criteria focusing on management, integrity, timeliness, responsiveness, and adherence to contract requirements. Evaluators rate performance on various aspects ranging from contractor-client relationships to specific technical tasks related to water control structures. Key components assess management and coordination of subcontractors, contract compliance, safety standards, and customer satisfaction. The form allows evaluators to provide ratings from “Outstanding” to “Unacceptable” while also seeking qualitative feedback on the firm's past performance. The questionnaire concludes with a space for the evaluator’s overall rating and personal information. The PPQ serves as a critical tool for government contracting agencies to ensure that firms have proven track records, aiding informed decision-making for current and future federal bids. This document highlights the importance of past performance in the procurement process, reflecting its significance in federal grants and RFP evaluations at federal, state, and local levels.
    The document outlines the Subcontracting Plan required by the Bureau of Reclamation, mandated under FAR 52.219-9, for companies bidding on federal contracts. It details the necessary elements for the submission, including planned subcontracting goals, types of businesses targeted (small businesses, veteran-owned, women-owned, etc.), and the methods to establish goals and identify subcontracting sources. The contractor must select a plan type—Individual, Master, or Commercial—and specify subcontracting goals, including the percentage of dollars aimed at various designated business categories. The plan also discusses administrative tasks, equitable opportunities for small businesses, compliance with federal clauses, and requirements for maintaining records and reporting subcontracting achievements. Additionally, it emphasizes the importance of good faith efforts to procure from small businesses and establishes criteria for how subcontractors must report their compliance. Ultimately, this plan serves to foster an inclusive and competitive environment in the federal procurement process, ensuring that a diverse range of businesses can participate in receiving government contracts.
    The United States Department of the Interior has issued a Release of Claims document pertaining to a contract with a contractor, formalizing the contractor's waiver of any future claims against the U.S. government related to the contract, post-completion of all work. This release is a prerequisite for final payment, requiring the contractor to acknowledge and discharge the United States from all debts and obligations arising from the said contract, except for specified exceptions. The document mandates the contractor's signature, along with their corporate title, if applicable, confirming that the release is authorized by the contractor's governing body. The structure of the document includes sections for contractor information, date of execution, and signatures, underscoring the contractual nature of the agreement. This release serves as a critical procedural step in government contracting, ensuring that all claims are settled prior to the disbursement of final payments, aligning with established guidelines in federal grants and RFPs.
    Amendment 0002 addresses revisions made to a federal Request for Proposal (RFP) process, indicating updates relevant to stakeholders involved in the grant application or bidding process. While specific details of the modifications are not listed, such amendments typically include changes regarding eligibility criteria, deadlines, submission formats, or funding allocations. These adjustments aim to clarify procedural guidelines and ensure that all participants have pertinent information for compliance and successful application submission. Amendments like this are essential in the context of federal grants and RFPs, as they help maintain transparency and consistency while adapting to changing project needs or administrative policies. Overall, Amendment 0002 serves to streamline the RFP process, reflecting the government’s commitment to effective communication and operational efficiency.
    The document pertains to the solicitation for the GSU Transformer Replacements within the Trinity River Division of the Central Valley Project in California, identified as Solicitation No. 140R2024R0002. Following a pre-bid site visit, several questions were addressed, highlighting concerns over firm-fixed pricing from transformer manufacturers and the potential for adjusting pricing due to anticipated escalations. Key details include the requirements for handling and storing transformers during the project, the need for the contractor to provide cranes for transformer movement, and stipulations regarding transformer demolition and containment of oils. Additionally, specifications regarding anchoring systems, electrical interface cabinets, and the use of synthetic ester fluid for the transformers were clarified. The document emphasizes that transformers cannot leave the site until new units are operational and outlines requirements for factory testing approval before shipment. With a focus on ensuring compliance and operational integration across the three power plants, this document is key to project implementation and regulatory adherence.
    The document outlines the Solicitation No. 140R2024R0002 for the Trinity River Division GSU Transformer Replacements under the Central Valley Project in California. It addresses questions raised during the pre-bid site visit dated September 13, 2024, regarding technical specifications and project requirements. Key points include extending the contract period of performance to 2900 days, clarifications on transformer installation specifications to ensure interchangeability across power plants, and the absence of weight restrictions on GSU transformers, subject to transportation route verification. The document permits transformers to be shipped disassembled and filled with a specific insulating fluid but emphasizes adherence to specified fluid properties. It allows sourcing from international manufacturers, specifically mentioning acceptance for transformers made in designated countries. Additionally, the government extended the deadline for submitting questions related to the bid. This summary reflects the project’s technical and logistical requirements, affirming the government's commitment to adequate specifications for transformer replacements while accommodating bidders' concerns.
    The document pertains to the solicitation for the Trinity River Division GSU Transformer Replacements within the Central Valley Project in California, specifically Solicitation No. 140R2024R0002. During a pre-bid site visit on October 16, 2024, contractors raised multiple requests for extensions of the proposal due date, originally set for November 1, 2024. Due to complexities in the bid and challenges from transformer manufacturers, extensions of up to four weeks were requested. Consequently, the proposal due date has been officially extended to January 31, 2025, as detailed in Amendment 0004. The document outlines the communication between bidders and the decision to accommodate the requests, reflecting collaboration and flexibility in the procurement process for this project. This summary underscores the emphasis on ensuring adequate time for proper bidding based on manufacturer capabilities, in line with standard practices for government RFPs.
    The document pertains to the Trinity River Division GSU Transformer Replacements project, specifically under the Central Valley Project in California, and is labeled Solicitation No. 140R2024R0002. It addresses questions raised during a pre-bid site visit on August 27, 2024. A significant concern mentioned revolved around firm-fixed pricing from transformer manufacturers amid rising costs, prompting inquiries about price adjustments. The Bureau of Reclamation (BOR) is contemplating alternatives to allow for price modifications and has indicated that further guidance will be provided in an upcoming amendment. This situation underscores the challenges faced in government contracting, particularly regarding the economic volatility impacting supply costs, reflecting broader trends within federal RFP processes. The document structures itself by presenting questions and answers clearly, focused on enhancing vendor understanding and readiness for the bidding process.
    The document comprises an amendment to solicitation 140R2024R0002 for the Trinity River Division GSU Transformer Replacements project, issued by the Bureau of Reclamation, Mid-Pacific Region. Its primary purpose is to provide updated instructions for bidders regarding the submission of offers and to incorporate necessary revisions to existing contract sections. It specifies that acknowledgment of the amendment must be submitted by various methods, including direct communication or acknowledgment within offers, to avoid rejection due to late submissions. The amendment introduces specific instructions for obtaining drawings related to the project and confirms that prior terms and conditions remain unchanged unless explicitly modified. The document emphasizes compliance with Federal Acquisition Regulation guidelines and the procedural requirements for contractors involved in federal projects. Overall, it serves as a formal update to ensure clarity and adherence to procurement protocols in the contract's execution process.
    The document outlines an amendment to solicitation 140R2024R0002 related to the Trinity River Division GSU Transformer Replacements. The primary purpose of this amendment is to incorporate additional documents, including a site visit sign-in sheet and responses to questions raised during the site visit. Additionally, it extends the performance period and provides an updated version of the solicitation, which includes revised specifications to align with current safety and health standards. Key changes include modifications in Section F and updates in Section J that highlight the newly incorporated documents and revised contract specifications. This amendment reinforces compliance and procedural adherence for bidders in the federal contracting process, ensuring clarity and offering necessary adjustments to the initial solicitation details.
    The government document pertains to amendment number 003 for the solicitation 140R2024R0002, focused on the Trinity River Division GSU Transformer Replacements project. This amendment aims to incorporate contractor questions and answers while extending the deadline for submitting inquiries. It stresses the importance of acknowledging receipt of this amendment to avoid the rejection of offers, outlining acceptable methods for acknowledgment, which include marking copies, sending separate letters, or electronic communication. The document states that contractors may make changes to previously submitted offers as long as they reference the solicitation and amendment details. The amendment modifies specific sections of the contract, ensuring all terms and conditions remain in effect except as altered. The procedural and administrative details are outlined for clarity, reflecting standard practices in managing government contracts and requisitions. This document is essential for maintaining transparency and communication among contractors and the Bureau of Reclamation throughout the bidding process.
    The document serves as an amendment to the solicitation number 140R2024R0002 for the Trinity River Division GSU Transformer replacements. It is issued by the Bureau of Reclamation's Mid-Pacific Region and outlines important updates regarding bidder communications. The purpose of this amendment includes the incorporation of responses to Bidders Questions #2 and an extension of the proposal due date. Key modifications highlighted include updates to several sections of the contract, specifically replacing Section A and Section J with the latest amendments. Contractors are reminded that they must acknowledge receipt of this amendment through specified channels to ensure their offers are considered. The document emphasizes maintaining the existing contract terms while facilitating necessary administrative changes. This structure of the notice, including replies to inquiries and the management of tender timelines, underscores the procurement process's meticulous nature, ensuring transparency and adherence to regulations in government contracting.
    The document outlines Amendment No. 5 to Solicitation No. 140R2024R0002 pertaining to the Trinity River Division GSU Transformer Replacements project. Its primary purpose is to revise certain contract sections (H, I, J, L, and M) to incorporate the Economic Price Adjustment clause and Project Labor Agreement provisions, and to update language related to Evaluation Factor 5. The amendment also necessitates acknowledgment of its receipt by potential contractors prior to the specified deadline to avoid rejection of their offers. The document includes instructions on how to acknowledge the amendment and details regarding its administrative modifications. All previous terms and conditions remain unchanged except for those specified within this amendment, signaling the federal government's ongoing commitment to transparency and compliance in procurement processes. This update is critical in ensuring the project aligns with regulatory requirements and contractor expectations.
    The document pertains to a solicitation amendment for the Trinity River Division GSU Transformer Replacements project, specifically Amendment Number 0006. Its primary purpose is to inform contractors of changes made to the solicitation, notably the removal of the Project Labor Agreement clause and provision outlined in Sections I and L. Contractors are required to acknowledge receipt of this amendment before the submission deadline, which is critical for maintaining the integrity of their offers. The document outlines the necessary procedures for acknowledgment, including the need for a written reference to the solicitation and amendment numbers. Additionally, it clarifies that modifications made do not alter any other terms and conditions of the contract, reinforcing the amendment's intent to reflect administrative changes in line with contracting regulations. The summary encapsulates the document's key aspects regarding rule adherence, procedural updates, and contract modification while ensuring compliance with federal contracting standards.
    The document outlines Amendment 07 to solicitation 140R2024R0002, issued by the Bureau of Reclamation's Division of Acquisition Services. The amendment updates key contact information, extends the proposal due date to October 31, 2025, and modifies several contract sections. Specific changes include revisions to the Standard Form 1442, Section B for added text, Section F regarding clauses relevant to the proposal process, and updates in Section J, which incorporates electronic submission instructions. Moreover, adjustments are made in Section K and Section L, where additional clauses and instructions have been included. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered, with guidelines for submission clearly stated. Overall, this amendment aims to clarify and enhance the solicitation process, reflecting recent updates and administrative changes.
    The document serves as Amendment 08 to the solicitation 140R2024R0002, which is primarily concerned with changes to a federal contract or order. It outlines essential procedural requirements for acknowledging receipt of the amendment, emphasizing the necessity for bids to be submitted with the acknowledgment before the specified deadline. Key modifications include revisions to Section B regarding economic price adjustments for labor and materials, as well as alterations to the attachment details regarding general decision numbers and site visit information. Furthermore, the amendment updates communication protocols for any changes to previously submitted offers. All alterations are described in detail, formatted in bold and italics for clarity, ensuring contractors understand the implications of these modifications. The communication also stresses that apart from the stated changes, all other terms and conditions remain effective, underlining the structured nature of amendments in government solicitations. This document represents a key regulatory step in the contract management process for federal grants and solicitations.
    The government solicitation outlines a project for the replacement of transformers within the Bureau of Reclamation's Trinity River Division. The work is located at three power plants in Shasta and Trinity Counties, California. Estimated costs for the project range from $35 million to $50 million, and it is categorized as an unrestricted procurement, adhering to NAICS Code 237130 with a $45 million size standard. Bidders are required to submit sealed offers by a specified deadline and provide performance and payment bonds. The performance period will begin upon contract award, with a completion window of either 1,500 or 1,950 calendar days. The solicitation emphasizes the importance of carefully completing all sections, conforming to the work requirements, and acknowledges that offers below the stipulated thresholds will be disqualified. The document serves to invite proposals for significant construction work, indicating the government’s commitment to infrastructure improvement through maintenance and upgrades.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Department of the Interior for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of the Central Valley Project in California. The project, estimated at $35 million to $50 million, involves comprehensive work at the Spring Creek, Judge Francis Carr, and Trinity Powerplants, including the removal and installation of transformers and associated equipment, while managing environmental concerns like asbestos. Key components include strict work schedules allowing extensive operational hours during specific phases, particularly transformer installations. The project demands coordination with existing operations to minimize service interruptions and enhance safety protocols through structured meetings and documentation management. The RFP specifies detailed requirements for offer submissions, mandates performance bonds, and outlines the evaluation process for awards, ensuring that proposals meet set standards and encompass all necessary project elements. This initiative demonstrates the government’s commitment to upgrading essential infrastructure while adhering to environmental and safety regulations.
    The Trinity River Division GSU Transformer Replacements project, issued by the U.S. Department of the Interior in July 2024, involves replacing nine single-phase generator step-up transformers at three power plants located in California. The total estimated cost for this federal solicitation ranges from $35 million to $50 million, and it constitutes an unrestricted procurement under NAICS Code 237130. The scope includes the supply, removal, and installation of transformers, alongside necessary modifications to existing infrastructures such as isolating phase buses and anchorage systems. Contractors are required to provide a comprehensive proposal covering specific project components across the three power plants: Spring Creek, Judge Francis Carr, and Trinity, with required compliance to environmental and safety regulations, including asbestos abatement. Various pricing schedules detail the components of work and mandate a complete proposal submission for evaluation. Additionally, the document outlines requirements related to project management, site conditions, interruption of service scheduling, and coordination meetings to ensure adherence to specifications throughout the construction process. The project’s execution will require careful planning and collaboration with the Bureau of Reclamation to minimize operational disruption and adhere to safety protocols.
    The U.S. Department of the Interior is soliciting bids for the replacement of transformers at three power plants—Spring Creek, Judge Francis Carr, and Trinity—located in Shasta County, California. The project, identified as the Trinity River Division GSU Transformer Replacements, has an estimated budget between $35 million and $50 million and is classified as unrestricted procurement under NAICS Code 237130. The work encompasses the supply, installation, and commissioning of nine generator step-up power transformers, along with the removal and disposal of existing transformers and related equipment. Key components include the management of site access, compliance with safety and environmental regulations, and scheduling work to minimize disruption to power generation. Detailed specifications outline requirements for contractor performance, submission protocols, and the use of a contract document management system to track project progress and documentation. The procurement aims to enhance electrical infrastructure reliability, with a critical emphasis on detailed engineering standards and efficiency in equipment performance. The solicitation reflects the government’s initiative to modernize energy facilities while ensuring operational integrity and safety.
    The U.S. Department of the Interior issued Amendment 005 for the Trinity River Division’s GSU Transformer Replacements project, identified under Solicitation No. 140R2024R0002. This project encompasses the replacement of nine generator step-up transformers at three power plants located near Redding, California: Spring Creek, Judge Francis Carr, and Trinity Powerplant. The estimated project costs range between $35 million and $50 million. The solicitation is classified as unrestricted and will follow the Federal Acquisition Regulation standards. Key components of the work include supplying, installing, and commissioning new transformers, while ensuring compliance with safety and environmental regulations, particularly concerning asbestos disposal. The contractors must provide a robust project schedule using the Critical Path Method and must maintain a Construction Document Management System throughout the project. Important logistical considerations involve scheduling work during designated outages at the power plants, allowing for specific hours of operation, and adhering to strict site use and access protocols. Coordination meetings will be held to review progress and compliance with specified technical requirements. This project reflects the federal commitment to infrastructure modernization, prioritizing efficiency and safety in energy production.
    The U.S. Department of the Interior's Bureau of Reclamation issued the Amendment 002 for the GSU Transformer Replacements at three power plants within the Trinity River Division of the Central Valley Project in California. This request for proposals (RFP) focuses on replacing nine generator step-up transformers across the Spring Creek, Judge Francis Carr, and Trinity power plants, emphasizing the need for detailed procedures like transformer installation and disposal of existing equipment including asbestos and oil removal. The project estimates costs between $35 million to $50 million, employing an unrestricted procurement method under the NAICS Code 237130. Essential components of work involve manufacturing, testing, transporting, and securing new transformers, as well as modifying bus connections and seismic anchoring. Contractors are required to meet stringent performance and warranty expectations, including a contract document management system for effective project tracking. The RFP outlines robust project management practices, emphasizing the importance of safety and the timely coordination of construction activities with existing operational schedules. Bidder submissions must encompass comprehensive pricing for all project components, with organized reporting and adherence to a critical path method for scheduling. This procurement aims to ensure a reliable power supply while adhering to federal standards and environmental considerations.
    The U.S. Department of the Interior, through the Bureau of Reclamation, has issued Amendment 003 for the solicitation of the GSU Transformer Replacements at the Trinity River Division within the Central Valley Project in California. The project entails replacing nine in-service generator step-up transformers across three power plants located near Redding, CA: Spring Creek, Judge Francis Carr, and Trinity Powerplants. The estimated project costs range from $35 million to $50 million, and the procurement is unrestricted under NAICS Code 237130. The document outlines the specifications for submitting bids, including mandatory components of work, price schedules for individual powerplants, and compliance with safety and environmental standards. Detailed requirements cover contract document management, construction planning, site use, and work restrictions to ensure coordination with existing plant operations. The contractor must begin work within 90 calendar days post-award and provide all necessary acceptance and performance bonds. A comprehensive Contract Document Management System is mandated for effective oversight of project documentation. Success hinges on adhering to defined milestones, service interruption periods, and coordination with government operations, emphasizing the integration of safety standards and environmental controls throughout the project duration.
    The U.S. Department of the Interior has issued Amendment 004 for the Trinity River Division GSU Transformer Replacement project under Solicitation No. 140R2024R0002. This procurement entails replacing nine in-service generator step-up transformers at three power plants in Shasta and Trinity Counties, California, with an estimated project cost between $35 million and $50 million. The work includes delivering, installing, and commissioning the new transformers while ensuring the removal of existing units, as well as compliance with environmental standards for hazardous materials management. The submission process requires bidders to submit comprehensive offers covering all scheduled price components. Key tasks involve managing construction documentation through a contract document management system (CDMS), coordinating construction activities with existing operations, and adhering to strict safety and operational protocols during transformer installations. The document emphasizes scheduling, including specific restrictions on work hours and interruption of service requirements during peak periods. This project demonstrates the government's commitment to maintaining power infrastructure reliability while ensuring compliance with safety and environmental regulations. The solicitation is open to a wide range of contractors, reflecting the government's effort to engage diverse participants in public works initiatives.
    The Bureau of Reclamation is seeking responses from various classifications of small businesses for a construction contract to supply and install nine outdoor step-up transformers in California, with an estimated project cost exceeding $10 million. This notice serves as market research for potential contractors, as there is currently no formal solicitation and responses will aid in determining the acquisition approach. Interested parties must provide specific business information and are required to be registered in the System for Award Management (SAM) by the response deadline of January 18, 2024.
    Similar Opportunities
    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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    Z--SRF Building Asbestos Abatement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    ELECTRICAL TRANSFORMER
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons at USP Terre Haute, is seeking to procure a new electrical transformer. The requirement includes providing a 400kva or better dry-type transformer with 4160v inputs and 208v outputs, along with disconnecting and replacing the existing wiring in accordance with the National Electrical Code (NEC). This procurement is critical for maintaining the electrical infrastructure necessary for the facility's operations. Interested vendors can reach out to Scott Ballinger at sballinger@bop.gov or by phone at 812-244-4475, or Michael Gibson at mpgibson@bop.gov or 812-244-4473 for further details.
    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.
    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.
    Purchase of Turbine Runner for Unit A9
    Buyer not available
    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.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.