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 California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.

    Point(s) of Contact
    Thomas, Matthew
    (916) 978-5117
    (916) 978-5175
    mthomas@usbr.gov
    Files
    Title
    Posted
      Procuring: Advanced Machine Learning and AI capabilities for FBI's Criminal Investigative Division to enhance its analytical capabilities in the following 3 areas: 1. Network Analysis: Enhancing the ability to visualize and analyze relationships between entities of interest. 2. Geospatial Analysis: Improving the understanding of geographic patterns and trends related to criminal activities. 3. Dark Web Analysis: Developing a more robust presence to monitor and analyze content for investigative leads.  Specifications: State-of-the-art AI and ML capabilities to process vast amounts of data, extract meaningful insights, and enhance current analytical workflows. Focus on modularity and scalability.  Scope of Work: Develop and integrate AI/ML solutions into existing systems; configure and test equipment; provide training and support; assist in developing workflows and protocols for AI-powered analysis.  Contract Details: Expected contract value: $2.5M for an initial 2-year period, with 2 potential 2-year extensions. Firm-fixed-price.  Key Dates: Response deadline: 45 days from RFP release. Project kickoff: Within 3 months of contract award. Expected duration: 2 years, with possible extensions.  Evaluation Criteria: Technical approach (30%); past performance and experience (20%); cost-effectiveness (20%); delivery timeline (15%); quality of support and maintenance proposal (15%). Is there anything else I can help you with regarding this RFP or future ones? Here's the next one:     Federal Highway Administration (FHWA) Road Safety Procurement:  Procuring: Innovative solutions to enhance road safety and reduce traffic fatalities. Focus on technologies or systems that can identify and mitigate crash risks, especially in work zones.  Specifications: Robustness, portability, and ease of implementation are essential. Solutions should integrate advanced sensors, data analytics, and potentially autonomous vehicles to improve safety.  Scope of Work: Deployment of the solution across selected locations; data collection and analysis; real-time crash risk identification and mitigation; periodic performance reports.  Contract Details: Estimated value: $1M for an initial deployment phase. Potential multi-year follow-on contracts. Funding is through the Highway Safety Improvement Program (HSIP).  Key Dates: Responses due in 30 days; anticipated project start: mid-2023.  Evaluation Criteria: Life-saving potential (35%); effectiveness and relevance (25%); implementation feasibility (20%); cost-effectiveness (15%); past performance (15%). One moment while I locate the next file's contents.
    The Bureau of Reclamation, California Great Basin Region, seeks to evaluate a potential contractor's past performance. This two-page questionnaire focuses on the firm's history, including project details, completion dates, and contract compliance. The bureau requests that evaluators rate the firm's performance in multiple areas, such as client relationships, subcontractor management, and timeliness, using a scale of "Outstanding" to "Unacceptable." This information will help them assess the firm's suitability for future contracts. The bureau aims to gather comprehensive feedback to ensure informed decision-making during the vendor selection process.
    The Department of the Interior, Bureau of Reclamation, seeks to procure a comprehensive subcontracting plan from eligible offerors. The primary objective is to ensure the engagement of small businesses, including those owned by veterans, women, and historically underrepresented groups, in the execution of the contract. The plan should adhere to the Federal Acquisition Regulation (FAR) guidelines and encompass all necessary elements. Offerors are required to present a detailed breakdown of the types of supplies and services to be subcontracted, along with the respective small businesses that will provide them. The focus is on providing opportunities for equitable competition and ensuring compliance with subcontracting goals. The selected offeror will be responsible for administering the subcontracting plan, with a designated individual managing the program and ensuring timely reporting. This solicitation requests a good faith effort to include the small businesses involved in preparing bids or proposals, with a requirement to explain any deviations. Timely payments to small business subcontractors are emphasized, and a written explanation is needed if payments are reduced or delayed. The procurement process includes review and approval by several government representatives, indicating a thorough evaluation procedure. The estimated value of this contract is not explicitly mentioned in the files provided, and the focus is predominantly on the subcontracting plan and small business inclusion. Offerors are expected to submit their plans, ensuring compliance with the specified requirements, for evaluation by the Bureau of Reclamation.
    The Department of the Interior requires the contractor to furnish a release of all claims prior to receiving their final payment under the contract. The release discharges the United States and its employees from all liabilities and claims arising from the contract, with the exception of any explicitly excluded items. This legal document ensures the government's protection against any potential contractual disputes or claims. The contractor, having received the agreed-upon payment, confirms this release by signing and dating the document. Additionally, if the contractor is a corporation, the signature of an authorized representative is required to certify that the release was executed with valid corporate authority.
    Amendment 0002 relates to an ongoing federal request for proposals (RFP) or grant application process. Although the document does not provide specific details, it signifies an official update or clarification regarding the solicitation. Such amendments typically serve to convey additional information, changes to requirements, or adjustments in timelines that affect potential bidders or grant applicants. This could include modifications in eligibility criteria, submission guidelines, or budgetary constraints. The amendment is a crucial component of maintaining transparency in the procurement process while ensuring that all parties have access to the most current and relevant information, which promotes fair competition and compliance with federal regulations.
    The document pertains to the Request for Proposal (RFP) regarding the replacement of Generator Step-Up (GSU) transformers at multiple power plants as part of the Trinity River Division of the Central Valley Project in California. The solicitation number is 140R2024R0002. Key inquiries and responses from a pre-bid site visit are detailed, addressing contractor concerns, site requirements, logistics, and operational specifications. Major topics include the fixed pricing concerns for transformers, equipment logistics for moving and storing transformers, containment requirements during removal, transformer design specifications, and normalization of installation procedures across different plants. Importantly, the document outlines that the contractor is responsible for equipment and containment, specifies transformer fluid requirements, and emphasizes safety protocols. Furthermore, it details construction site management, including the necessity of proper anchoring systems and interface cabinet compatibility across all locations. Overall, the document serves to clarify essential aspects of the project and ensure that potential contractors understand the obligations and expectations tied to the transformer replacements within this federal grant framework.
    The Bureau of Reclamation's Mid-Pacific Region issues a contract amendment, titled "Trinity River Division GSU Transformer Replacements." The amendment focuses on updating instructions for obtaining drawings and revising contract sections. It removes Solicitation 140R2024R0002 and replaces it with the amended version, 140R2024R0002_0001. This administrative change does not alter the contract's essential purpose, which remains the replacement of transformers within the Trinity River Division. Offerors are required to acknowledge receipt of this amendment and must adhere to the specified hour and date for offer submissions. The amendment also emphasizes the importance of acknowledging the change, noting consequences otherwise. This amendment does not alter the contract's value or scope of work; therefore, the original terms and conditions remain in effect.
    The amendment to solicitation number 140R2024R0002 pertains to the replacement of transformers at the Trinity River Division GSU. It primarily aims to integrate a site visit sign-in sheet, address questions raised during the site visit, and extend the project's performance period. Additionally, it includes a revised PDF of the solicitation that features bookmarks for ease of navigation and updates to specification references in line with current Reclamation Safety and Health Standards. The amendment emphasizes that acknowledgment of receipt for the changes must be done by all contractors through specified methods prior to the submission deadline. Overall, this modification ensures clarity and compliance while facilitating contractor participation in the procurement process linked to critical infrastructure upgrades under the Bureau of Reclamation's jurisdiction.
    The Bureau of Reclamation issues an invitation for bids (IFB) to undertake transformer replacements at multiple powerplants in California's Shasta County and Trinity County. The work involves significant electrical infrastructure upgrades, including performance requirements mandating adherence to strict technical specifications. The estimated contract value ranges from $35 million to $50 million. Bids are sought for the supply and installation of the specified transformers, with successful bidders expected to complete the project by March 31, 2027. The government intends to award a fixed-price contract to the highest-ranked bidder, evaluating offers primarily based on price and the ability to meet stringent technical requirements. Key dates include a site visit scheduled for November 1, 2024, and a submission deadline of 90 calendar days after this visit.
    The U.S. Department of the Interior seeks bids for the Trinity River Division GSU Transformer Replacements project in California's Central Valley. The primary objective is to replace nine in-service power transformers across three power plants: Spring Creek, Judge Francis Carr, and Trinity Powerplant. The transformers, along with associated components like surge arresters and bus systems, will be supplied, installed, and commissioned by the successful bidder. The project entails asbestos abatement, removal of existing transformers, and modifications to the isolated phase bus. Offerors must propose prices for four distinct powerplant sites, with warranted characteristics detailed for each transformer. Key requirements include adhering to work restrictions, using a contract document management system, and attending coordination meetings. The estimated value ranges from $35 to $50 million, and the contract will be awarded based on the lump sum prices for each site. Submission deadlines are outlined, with the contract scheduled to begin in November 2024. Evaluation criteria focus on the technical merit and price competitiveness of the proposed transformers and associated services.
    The U.S. Department of the Interior's Bureau of Reclamation seeks bids for the Trinity River Division GSU Transformer Replacements project in California's Central Valley Project. The primary objective is to replace nine in-service power transformers across three power plants, ensuring uninterrupted power generation during the replacement process. Transformors will be supplied, installed, and commissioned, while existing ones will be removed and disposed of safely. The work entails asbestos abatement, providing new transformer anchorage systems, and modifying existing isolated phase buses. The project requires a detailed construction program using the Critical Path Method and a web-based Contract Document Management System for efficient document control and tracking. Contractors must adhere to strict safety and environmental guidelines, coordinating closely with the government during the transformation process. The estimated value of this unrestricted procurement falls between $35 million and $50 million. Offerors must submit their bids by the specified deadline, with evaluations based on the offered prices and compliance with technical requirements. Key dates include a pre-design coordination meeting within 90 days of the notice to proceed, weekly progress reviews, and targeted interruption of service windows for each power plant.
    The U.S. Department of the Interior has issued a Request for Proposal (RFP) for the replacement of Generator Step-Up (GSU) transformers across three power plants in the Central Valley Project, California. This is part of the Trinity River Division's efforts to modernize infrastructure, with an estimated budget ranging from $35,000,000 to $50,000,000. The work involves supplying, removing, and installing nine transformers with specific site locations in Shasta and Trinity counties. Additionally, the project mandates tasks related to asbestos abatement and transformer anchorage system installations. The RFP outlines a comprehensive document structure, including solicitation details, pricing schedules, and description specifications. Key requirements include coordination meetings, construction schedules, and a Contract Document Management System (CDMS) for efficient project tracking and documentation. The proposal emphasizes maintaining operational access to the facilities and includes specific work restrictions and interruption guidelines to minimize service disruptions during construction. This solicitation aims to achieve high-efficiency outcomes while adhering to regulatory standards and operational constraints within the Bureau of Reclamation's oversight.
    Similar Opportunities
    Z--WY-BOYSEN PP G1 AND G2 GENERATOR REWINDS
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Boysen Powerplant Modernization Project, specifically focusing on the rewinding of generators G1 and G2 in Wyoming. The project entails significant maintenance work, including the removal and installation of windings and stator cores, as well as asbestos abatement, with a total estimated budget exceeding $10 million and a performance period from November 15, 2024, to November 14, 2028. This initiative is crucial for maintaining the operational efficiency and safety of hydroelectric facilities, reflecting the federal government's commitment to infrastructure modernization and environmental compliance. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense is seeking bids for the Wolf Creek Power Plant Generator Step Up Units Replacement and Installation project. It involves the design, manufacture, testing, and delivery of high-capacity power transformers, with strict timelines and security requirements. The US Army Corps of Engineers, Nashville District, intends to award a Firm-Fixed Price Hybrid Supply-Construction Contract to the most suitable vendor. This procurement aims to enhance the power infrastructure at the Wolf Creek Power Plant in Kentucky. The chosen contractor will need to deliver three transformers with specific voltage capacities and associated services. The project has two phases: a supply phase of 1,358 days for transformer delivery, and a construction phase of 613 days for installation. The solicitation underscores the government's focus on robust network security, especially for controlled access and sensitive information. Contractors must adhere to stringent security protocols, including NIST SP 800-171 DoD Assessment requirements, with attention to advanced persistent threat mitigation. Interested parties should submit their bids by 2:00 PM CT on December 4, 2024, through PIEE.gov, and are encouraged to attend the pre-proposal teleconference on August 21, 2024. Further details and security clearance forms are available on SAM.gov.
    61--Nimbus Station Service Replacement
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking contractors for the Nimbus Station Service Replacement project, specifically to furnish components for a secondary unit substation. The procurement includes essential electrical equipment such as station service transformers, motor control centers, circuit breakers, and DC distribution panelboards, aimed at enhancing the operational capacity and safety of the facility. This initiative is critical for maintaining the infrastructure of the Central Valley Project, ensuring reliable power distribution and compliance with federal standards. Interested contractors must submit their bids by September 3, 2024, and are encouraged to contact Charlesetta Seibure at cseibure@usbr.gov or 916-978-5456 for further inquiries.
    H--Transformer Fluid Testing for Glen Canyon Power Pl
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for transformer fluid testing services at the Glen Canyon Power Plant. The procurement involves testing approximately 40 transformers filled with natural ester fluid, mineral oil, or silicone liquid annually, requiring contractors to provide test kits and detailed analysis reports that comply with ASTM specifications. This initiative is crucial for maintaining the operational integrity and safety of essential power infrastructure. Interested contractors must submit electronic quotations by September 18, 2024, and provide evidence of ISO 17025:2017 accreditation, along with examples of report formats and an estimated timeline for testing initiation. For further inquiries, contact Jennifer Handy at JHandy@usbr.gov or call 435-522-9925.
    USAGM High Voltage Transformer Regeneration - Philippines
    Active
    United States Agency For Global Media, Bbg
    The United States Agency for Global Media (USAGM) is seeking qualified contractors to provide professional services for the preventive maintenance and oil regeneration of two power transformers at its facility in Tinang, Philippines. The primary objective of this procurement is to enhance the performance and reliability of the 10 MVA, 230kV-13.8kV transformers through comprehensive maintenance services, including site assessment, oil regeneration, and compliance with strict safety and environmental guidelines. This project is critical for ensuring the effective operation of the facility's power distribution systems, which are vital for USAGM's broadcasting capabilities. Interested contractors should contact Clifford C. George at cgeorge@usagm.gov or David Wallace at DWallace@usagm.gov for further details, and proposals must be submitted in both U.S. dollars and Philippine pesos, adhering to federal regulations and industry standards.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    61--2300 Volt Switchgear for Hoover Dam
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking proposals for the procurement of 2300 Volt Switchgear for the Hoover Dam, specifically designed to operate government-furnished 150 HP sump pump motors. The project requires the supply and installation of electrical control equipment, including dual 400-amp vacuum contactors, with strict adherence to safety and performance standards. This initiative is crucial for maintaining and upgrading the operational efficiency of the Hoover Dam's infrastructure, ensuring compliance with federal regulations. Interested small businesses must submit their proposals by September 18, 2024, at 10:00 AM PDT, and can direct inquiries to Maxwell Watanga at mwatanga@usbr.gov or by phone at 702-293-8045.
    Request for Proposal - UIP-KRS-358654-JK
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the procurement of a Main Power Transformer (MPT) and associated equipment, as outlined in Request for Proposal UIP-KRS-358654-JK. The selected subcontractor will be responsible for providing all necessary labor, materials, tools, and supervision to ensure the transformer and its auxiliary equipment are delivered in compliance with specified quality management plans and acceptance criteria. This procurement is critical for maintaining safe and efficient operations within the energy sector, particularly in transformer manufacturing. Interested offerors must submit their proposals by September 19, 2024, following the recent amendment to the RFP, and should direct any inquiries to Jerry King at jking@fnal.gov or by phone at 217-390-1120.
    Y--Voya 308690: Replace Power Distribution
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the "Y--Voya 308690: Replace Power Distribution" project at Voyageurs National Park in Minnesota. The project involves replacing an 11.2-mile underwater medium voltage power line, multiple transformer boxes, and installing new switchgear and backup electrical generation systems to enhance emergency support and safety for visitors and staff. This initiative is critical for maintaining operational integrity at Kettle Falls, ensuring continued access to essential services and protecting public safety in the event of power outages. Interested contractors must submit their proposals by October 4, 2024, and can contact Timothy Burger at TimothyBurger@nps.gov or 720-688-9530 for further information. The estimated budget for this project exceeds $10 million.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.