Sources Sought - KY1A Bushing Replacement, Western Area Power Administration, Sierra Nevada Region
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 Western Area Power Administration (WAPA), Sierra Nevada Region (SNR) is conducting a Sources Sought for market research to identify qualified contractors for KY1A Bushing Replacement at their Trinity substation in Lewiston, CA. This is not a request for quote or proposal, and no award will result from this notice. Responses are due by May 16, 2026.
Scope of Work
The contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to perform the transformer service. This includes:
- Draining approximately 8,455 gallons of oil, circulating, and processing it.
- Performing insulation power factor and capacitance tests.
- Removing and installing four new bushings and gaskets.
- Vacuum-filling the transformer.
- Performing "As Left" testing, including turns ratio, power factor, hot collar tests, excitation current, insulation resistance, winding resistance, core to ground insulation resistance, oil dielectric strength, and dissolved gas analysis.
- Packing up the work area and demobilizing from the site.
All services must comply with manufacturer's recommendations, applicable federal, state, and local laws, regulations, and Original Equipment Manufacturer (OEM) specifications.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a $12.5 million small business size standard.
- Product Service Code: J030 (Maintenance, Repair And Rebuilding Of Equipment: Mechanical Power Transmission Equipment)
- Set-Aside: None specified (market research stage).
- Period of Performance: August 1, 2026, to November 30, 2026.
- Response Due: May 16, 2026.
- Published: May 5, 2026.
Key Requirements & Instructions
- Contractor Personnel: Must be qualified, trained, skilled, and present a neat appearance, with a competent on-site representative and English proficiency.
- Schedule: A work schedule must be submitted within 15 calendar days after contract award.
- Work Hours: Normal hours are Tuesday through Friday, 7:00 a.m. to 3:30 p.m., excluding Federal Holidays.
- Submittals: Required documents include a Safety Plan, List of Employees, Work Schedule, Pollutant Spill Prevention Notification and Clean-up Plan, and Safety Data Sheets.
- Quality Control: Contractor must develop and maintain a Quality Control Plan (QCP).
- Compliance: Adherence to all applicable Federal, State, and local laws, regulations (including OSHA and DOE), and environmental standards.
- SAM Registration: Interested parties must be registered and current in the System for Award Management (SAM) at
http://www.sam.gov/portal/public/SAM/. - Response Submission: Email responses to Contract Specialist Hillary Cooper at
hrcooper@wapa.govwith "WAPA TRINITY BUSHING REPLACEMENT" in the subject line. Include:- Unique Entity ID (UEI)
- CAGE Code
- Tax ID Number
- POC's name, physical address, email address, and telephone number
- Website address (if applicable)
- Small business size, socioeconomic categories, and type of ownership for the organization.
Important Notes
This notice is for planning purposes only and does not obligate the Government to solicit for this requirement, award a contract, or reimburse interested parties for response costs.