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 (Department of Defense) has issued a Solicitation (W912EF26RA003) for the design, manufacture, and delivery of Spare Transformers for the Lower Snake River Plants. This opportunity seeks Class II power transformers (T1 and T2) and associated accessories, including spare parts, for the Little Goose Lock & Dam hydroelectric powerhouses in Washington. The overall contract is estimated at $40 Million. Proposals are due by March 13, 2026.
Scope of Work
This procurement requires two single-phase generator step-up (GSU) power transformers:
- T1 Transformer: Rated 164,000/218,666 kVA (ONAN/ONAF), 500kV high-voltage, 13.2kV low-voltage.
- T2 Transformer: Rated 82,000/109,334 kVA (ONAN/ONAF), 500kV high-voltage, 13.2kV low-voltage. Both transformers must be oil-immersed, self-cooled/forced air-cooled, suitable for outdoor operation, and compatible with existing shell-type transformers. Key requirements include specific technical specifications for tank construction, bushings (specifically Hitachi brand for direct replacement), cooling equipment, control/power cabinets, insulating oil, and factory acceptance tests. The scope also covers shipment, hauling, site assembly, oil-filling, field testing, and long-term storage at the Little Goose Lock & Dam storage yard. Numerous submittals, including welding plans, detailed drawings, product data, design reports, and test reports, are required.
Contract Details
- Contract Type: Solicitation (expected Firm Fixed-Price)
- Contract Number: W912EF26RA003
- Estimated Value: $40 Million (overall contract)
- Period of Performance: Delivery for CLINs 0001-0006 is on or before May 31, 2030.
- Set-Aside: Unrestricted. Small business participation goals are established, including 5% Total Small Business.
- NAICS Code: 335311 (Transformers: Distribution And Power Station)
Submission & Evaluation
- Proposal Due Date: March 13, 2026, at 00:00:00Z.
- Submission: Proposals must be submitted electronically in two volumes: Volume I (Technical) and Volume II (Price & Administrative).
- Evaluation Factors: Award will be made on a best-value tradeoff basis considering:
- Fabrication Plan and Schedule
- Technical Approach
- Past Performance
- Small Business Participation
- Price Factors 1, 2, and 3 are equally important and more important than Factor 4. Factors 1, 2, 3, and 4 combined are significantly more important than Factor 5 (Price).
- Acknowledgement: Offerors must acknowledge receipt of all amendments.
Key Amendments
Multiple amendments have been issued, with the latest (posted March 3, 2026) significantly modifying contract clauses and provisions. Previous amendments extended the proposal due date to March 12, 2026 (superseded by metadata), extended the delivery date for CLINs to May 31, 2030, and added NAICS code 335311. Bidders must carefully review all updated, added, and deleted clauses to ensure compliance.
Contacts
- Primary: Preston Jones (Preston.E.Jones@usace.army.mil, 509-527-7206)
- Secondary: Jani C Long (jani.c.long@usace.army.mil, 509-527-7209)