Z--Hungry Horse Excitation System Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Reclamation, is soliciting bids for the Hungry Horse Excitation System Replacement at the Hungry Horse Powerplant in Montana. This project involves replacing excitation systems for Generator Units 1, 2, 3, and 4. The anticipated magnitude is between $5,000,000.00 and $15,000,000.00. This opportunity is a Total Small Business Set-Aside. Bids are due by December 17, 2025.
Scope of Work
The core requirement is to design, furnish, install, test, and commission new fully static digital excitation systems for Generator Units 1, 2, 3, and 4. This includes the removal and disposal of existing excitation systems, field breakers, power potential transformers (PPTs), metal-enclosed buses, and associated equipment. New 15kV and 635V AC metal-enclosed buses, 800V DC metal-enclosed buses, PPTs, low voltage power circuit breakers, and instrument transformers will be furnished and installed. The scope also covers modifying generator terminal tap locations, unit protection cabinets, electrically isolating existing rotating DC exciters, and removing DC machine stator poles. Provision of control and power cabling, wire, and associated conduits/cable trays is required. Training for Government personnel on the new system's operation and maintenance is also a key deliverable. Updated outage windows are anticipated for G1 & G2 (approx. August 2027 - February 2028) and G3 & G4 (approx. August 2028 - February 2029).
Contract & Timeline
- Type: Implied Fixed-Price Construction (based on FAR clauses and project nature).
- Duration: 1096 calendar days after Notice to Proceed.
- Value: $5,000,000.00 - $15,000,000.00.
- Set-Aside: Total Small Business (NAICS 237990, $45 million size standard).
- Proposal Due: December 17, 2025, at 1300 local time.
- Published: December 10, 2025 (latest amendment).
- Bid Guarantee: Required per FAR 52.228-1.
- Submission Method: Bids must be mailed in sealed envelopes/packages; electronic submissions are not authorized or accepted.
Evaluation
Performance bonds are required. Evaluation factors for award are addressed in Section M of the solicitation, including a "Price Reasonableness Determination."
Additional Notes
Sensitive drawings require a completed Federal Non-Disclosure Agreement for access. A pre-bid site visit occurred on October 1, 2025. The government does not intend to extend the bid date further.