LGA Protective Relay Test Set
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, Walla Walla District, has issued a Presolicitation Notice for the procurement of a Protective Relay Test Set for the Little Goose Dam in Dayton, WA. This will be a firm-fixed-price supply contract and is designated as a Total Small Business Set-Aside. The full solicitation is expected to be released soon on SAM.gov.
Opportunity Details
This presolicitation pertains to the acquisition of a Protective Relay Test Set, including associated accessories, software, and training, in accordance with detailed technical specifications. The contract will be a firm-fixed-price supply agreement. The relevant NAICS code is 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals), with a small business size standard of 750 employees. This notice is for planning purposes only and is not a request for quotes or proposals.
Scope of Work (Anticipated)
The anticipated scope of work, based on the provided technical specifications, includes the supply of a complete Protective Relay Test Set. Key deliverables and requirements are:
- One (1) Complete Relay Test Set.
- One (1) Complete Relay Test Set Expansion/Amplifier Module.
- One (1) Complete Full Edition of Relay Test Set Software (perpetual license).
- One (1) Accessory Package, including interface cables, current clamp probes, and a CT polarity checker.
- One (1) Test Set Training Session (minimum 8 hours, in-person).
All equipment must be new, unused, in original packaging, and manufactured within the last 12 months, meeting or exceeding specified technical characteristics for voltage/current outputs, digital/analog inputs, time synchronization, and environmental conditions. A minimum 12-month manufacturer warranty is required. Delivery is FOB Destination to Little Goose Dam within 25 weeks of award.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Supply Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 334515 (Small Business Size Standard: 750 employees)
- Published Date: May 12, 2026
- Anticipated Proposal Due Date: May 27, 2026 (for the upcoming solicitation)
Key Requirements
Offerors must be registered in the System for Award Management (SAM) at www.sam.gov prior to award. The full solicitation documents will be accessible via SAM.gov, and offerors are responsible for monitoring the website for updates.
Contact Information
For questions regarding this opportunity, please contact Nathan Bruce at nathan.i.bruce@usace.army.mil or 509-527-7224.