Spare Transformers for the Lower Snake River Plants
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 Engineer District Walla Walla, under the Department of Defense, is soliciting proposals for the design, manufacture, delivery, reassembly, and testing of spare Class II Generator Step-Up (GSU) power transformers for the Lower Snake River Plants. This Solicitation (W912EF26RA003) seeks to procure two single-phase GSU transformers (T1 and T2) for the Little Goose Lock and Dam. Proposals are due by May 20, 2026, 5:00 PM PDT.
Scope of Work
This opportunity requires the procurement of two oil-immersed, self-cooled/forced air-cooled (ONAN/ONAF) GSU power transformers:
- Transformer T1: 164,000/218,666 kVA, 500kV high-voltage, 13.2kV low-voltage.
- Transformer T2: 82,000/109,334 kVA, 500kV high-voltage, 13.2kV low-voltage. Both transformers must be compatible with existing single-phase shell-type transformers and require Hitachi brand high-voltage, high-voltage neutral, and low-voltage bushings to ensure direct replacement and fit with existing electrical bus duct systems without modification. The scope also includes shipment, hauling, site assembly, oil-filling, field testing, and long-term storage at the Little Goose Lock & Dam storage yard in Washington.
Contract & Timeline
- Contract Type: Firm Fixed-Price.
- Estimated Value: The overall contract is estimated at $40 Million, with the Hitachi bushings portion estimated at $1.69 Million.
- Set-Aside: This is an Unrestricted / Full and Open Competition acquisition, with small business participation goals established (Total Small Business 5%, SDB 0.5%, WOSB 0.5%, HUBZone 0.5%, VOSB 0.5%, SDVOSB 0.5%).
- Delivery Date: On or before May 31, 2030.
- Proposal Due Date: May 20, 2026, 5:00 PM Pacific Daylight Time (UTC -7).
Evaluation & Submission
Proposals will be evaluated on a best-value tradeoff basis considering five factors: Fabrication Plan and Schedule, Technical Approach, Past Performance, Small Business Participation, and Price. The first three factors are equally important and more important than Small Business Participation. Factors 1-4 combined are significantly more important than Price. Offerors must submit proposals electronically in two volumes (Technical, and Price & Administrative). A bid guarantee (20% of bid price or $3,000,000, whichever is less) is required, unless the offeror opts out of Government installment payment financing.
Key Amendments & Changes
Multiple amendments have been issued:
- Amendment 007 clarified security requirements for Government financing, revised technical specifications for T1 and T2, and added/modified various FAR clauses, including one on DEI discrimination.
- Amendment 006 extended the proposal due date to May 20, 2026.
- Amendment 005 introduced the requirement for a bid guarantee and previously extended the due date to April 22, 2026.
- Amendment 003 extended the delivery date for CLINs 0001-0006 to May 31, 2030, and noted technical specification amendments. Bidders must review all amendments and updated technical specifications to ensure full compliance.