Island Creek Switchyard Transformer
SOL #: W912PM26RA006Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST WILMINGTON
WILMINGTON, NC, 28403-1343, United States
Place of Performance
Clarksville, VA
NAICS
Power (335311)
PSC
Transformers: Distribution And Power Station (6120)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Oct 2, 2025
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Feb 9, 2026, 7:00 PM
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 U.S. Army Corps of Engineers, Wilmington District, is soliciting proposals for the Island Creek Switchyard Transformer project. This unrestricted opportunity requires the design, manufacturing, testing, and delivery of two outdoor Class II oil-filled three-phase transformers (5,000 kVA, 4.16 kV) for the John H. Kerr facility in Boydton, Virginia. Proposals are due by February 9, 2026, at 02:00 PM EST.
Scope of Work
The contract encompasses the full lifecycle for two station transformers, including:
- Design, manufacturing, and factory testing.
- Delivery, off-loading, reassembly, and site testing.
- Provision of spare parts, an Operations and Maintenance manual, and record/closeout documents.
- Training for government personnel.
- An option for temporary storage of the transformers.
- Provision of payment and performance bonds (new CLIN 0008).
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Set-Aside: Unrestricted
- NAICS: 335311 (Electrical Equipment Manufacturing) with a size standard of $25.5 million.
- PSC: 6120 (Transformers: Distribution And Power Station)
- Proposal Due: February 9, 2026, 02:00 PM EST
- Inquiry Deadline: January 27, 2026
- Delivery Schedule: 1095 days after contract award for the two transformers.
- Published: November 26, 2025 (latest amendment)
Evaluation
Proposals will be evaluated using a best-value tradeoff process, considering:
- Work Plan
- Technical Approach
- Past Performance
- Price The government reserves the right to accept other than the lowest priced or highest technically rated offer.
Key Requirements
- Offerors must be registered in SAM with no active exclusions.
- A Technical Proposal demonstrating the ability to meet all requirements is mandatory.
- Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required prior to award.
- Small business participation is a required evaluation factor, with specific targets: SB (28.40%), SDB (10.67%), WOSB (2.34%), HUBZone (1.42%), and SDVOSB (2.07%). Large businesses must submit a separate Subcontracting Plan consistent with their Small Business Participation Plan.
- Inquiries must be submitted via ProjNet using Bidder Inquiry Key PS7U4Y-ZDI2U7.
People
Points of Contact
Jenifer GarlandPRIMARY
Troy SmallSECONDARY
Files
Versions
Version 5
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Nov 26, 2025
Version 2
Combined Synopsis/Solicitation
Posted: Oct 29, 2025
Version 1
Combined Synopsis/Solicitation
Posted: Oct 2, 2025