K--Nathaniel "Nat" Washington Power Plant GSU Transformer Replacements
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. Bureau of Reclamation, under the Department of the Interior, is conducting market research through a Sources Sought notice for the Nathaniel "Nat" Washington Power Plant GSU Transformer Replacements project. This initiative seeks to identify capable contractors for the supply, installation, and removal of Generator Step-Up (GSU) transformers at Grand Coulee Dam, Washington. This is not a solicitation, but responses will inform the acquisition strategy for an anticipated hybrid Firm Fixed Price (FFP) Construction and Supply contract. Responses are due by March 12, 2026, at 5 PM Mountain Time.
Scope of Work
The project involves comprehensive transformer management, including:
- Removal and disposal of three (3) in-service GSU power transformers.
- Supply, manufacture, factory test, and transport of six (6) new in-service GSU power transformers.
- Removal and disposal of four (4) GSU transformers from spare locations.
- Relocation and reinstallation of three (3) in-service GSU transformers to designated spare locations.
- Installation and commissioning of six (6) new GSU transformers, including surge arresters and Dissolved Gas Monitors.
- Modification of existing isolated phase bus for connection to new transformers. The work will be performed at the Nathaniel "Nat" Washington Power Plant (formerly Third Power Plant) at Grand Coulee Dam, Washington.
Contract & Timeline
- Type: Sources Sought (market research for a future Hybrid FFP Construction and Supply contract)
- Estimated Magnitude: More than $150,000,000
- Estimated Period of Performance: TBD, with anticipated award in FY2026
- NAICS Codes: 237130 (Power and Communication Line and Related Structures Construction) with a $45.0 Million size standard, and 335311 (Power, Distribution, and Specialty Transformer Manufacturing) with an 800-employee size standard.
- Set-Aside: None specified for this Sources Sought; open to firms of any size.
- Response Due: March 12, 2026, 5 PM Mountain Time
- Published: February 9, 2026
Submission Requirements
Interested offerors should submit responses via email to Scott Cooper at smcooper@usbr.gov. Submissions must include:
- Company name, address, SAM.gov UEI, and points of contact.
- Statement of interest, including subcontracting plans.
- Manufacturer and country of manufacture for transformers, addressing Buy American Act compliance.
- Estimated transformer manufacturer lead time.
- Statement on anticipated market volatility and interest in Economic Price Adjustment terms.
- Construction bonding level.
- Size status and SBA certification for relevant NAICS codes (237130, 335311).
- Firm's capability and experience with similar projects (size, scope, complexity, magnitude).
- Examples of 1-3 recent, substantially completed projects (at least 75% complete within 10 years) with a contract value of at least $8M, including POCs for validation (2-page limit per project).
- Responses to specific technical and commercial questions regarding Synthetic Ester vs. Mineral Oil insulating fluid.
Additional Notes
A DRAFT copy of the specifications is attached, and industry comments are welcome. Drawings will be emailed to interested parties after receipt of a completed Federal Non-Disclosure Agreement (NDA). The Government anticipates incorporating FAR provisions such as 52.225-5 Trade Agreements and 52.225-11 Buy American-Construction Materials in the eventual solicitation. All future project information will be posted to SAM.gov.