John Day Dam Turbine Replacement and Generator Rewind (TRGR)
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 U.S. Army Corps of Engineers, Portland District (W071 ENDIST PORTLAND), under the Department of Defense, is soliciting proposals for the John Day Dam Turbine Replacement and Generator Rewind (TRGR) project in Rufus, OR. This is a two-phase design-build procurement with an estimated construction magnitude exceeding $500,000,000. The project involves the design, testing, manufacturing, and installation of new turbine runners and the refurbishment/replacement of generator rewinds. Phase 1 proposals are due by April 3, 2026, at 5:00 PM ET.
Scope of Work
This extensive project encompasses the rehabilitation and rewinding of turbines and generators at the John Day Lock and Dam on the Columbia River. Key requirements include:
- Designing, testing, manufacturing, and installing up to 16 new turbine runners.
- Refurbishing or replacing up to 16 generator rewinds.
- Work on submerged traveling screens, bridge cranes, spreader beams, and trash racks.
- Demolition and modification of components such as discharge rings and draft tubes.
- Installation of governor actuator cabinet panels and electrical systems within the turbine pit.
- Adherence to detailed technical specifications covering electrical materials, wiring, piping, welding, bearings, turbine design, generator rewinding, condition monitoring, and NERC compliance.
- Contractor must field verify existing conditions.
Contract Details
- Contract Type: Fixed Price with Economic Price Adjustment (EPA) - Cost Indexes.
- Period of Performance: 10 calendar days after Notice to Proceed for commencement, with a total completion period of 7948 calendar days (approximately 21.7 years).
- Set-Aside: Full and Open Competition, with a HubZone price evaluation preference.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction), with a small business size standard of $45M.
- Place of Performance: John Day Dam, Rufus, OR.
Submission & Evaluation
This is a two-phase design-build selection process.
- Phase 1 Proposals Due: April 3, 2026, by 5:00 PM ET.
- Offer Guarantee: Not required.
- Acceptance Period: Offers must provide at least 120 calendar days for Government acceptance.
- Pricing: No pricing information is required in Phase 1.
- Evaluation Basis: The overall procurement will be awarded on a best-value, trade-off basis.
- Cybersecurity Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) certification is required prior to contract award following Phase 2 evaluation. Phase 2 solicitation documents may be restricted to offerors demonstrating current CMMC Level 2 (Self) compliance.
Additional Notes
An amendment is forthcoming to formally extend the Phase 1 proposal due date to April 3, 2026, and provide revisions to technical information. Phase 1 proposal instructions and evaluation criteria remain unchanged. This project was solicited before the 02/01/2026 effective date for the Revolutionary FAR Overhaul (RFO), so no revisions to adopt the RFO are required. The solicitation includes specific brand-name components for which equal or alternate items are not acceptable, as detailed in the Brand Name Justification document. Numerous technical specifications, drawings, and reference documents are incorporated or attached.