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 is soliciting proposals for the design, manufacture, and delivery of spare Class II power transformers for the Lower Snake River Plants, specifically the Little Goose Lock and Dam in Washington. This unrestricted acquisition seeks to procure T1 and T2 generator step-up (GSU) transformers, including accessories, with an estimated overall contract value of $40 Million. Proposals are due by April 22, 2026.
Scope of Work
This opportunity requires the design, manufacture, and delivery of two types of single-phase GSU power transformers:
- T1 Transformers: 164,000/218,666 KVA, 500kV class.
- T2 Transformers: 82,000/109,334 kVA, 500kV class. The scope includes off-loading, reassembly, and testing of transformers at the Little Goose Lock & Dam storage yard. A critical requirement is that the spare transformers must be equipped with Hitachi brand high-voltage, high-voltage neutral, and low-voltage bushings to ensure compatibility with existing electrical systems without modification. Detailed technical specifications cover tank construction, bushings, cooling equipment, control/power cabinets, insulating oil, factory acceptance tests, shipment, site assembly, field testing, and long-term storage. Offerors must also provide spare parts and all necessary as-built, shop, and record drawings.
Contract & Timeline
- Solicitation Number: W912EF26RA003
- Contract Type: Firm Fixed-Price (with Economic Price Adjustment provisions)
- Estimated Value: $40,000,000
- Set-Aside: Unrestricted / Full and Open Competition
- Delivery Date: On or before May 31, 2030
- Proposal Due: April 22, 2026
- Published: March 16, 2026 (latest amendment)
Submission & Evaluation
Proposals must be submitted electronically in two volumes: Volume I (Technical) and Volume II (Price & Administrative). A bid guarantee is now required, amounting to 20% of the bid price or $3,000,000, whichever is less, unless the offeror opts out of installment payment financing. Offerors must acknowledge all amendments.
Evaluation will be based on a best-value tradeoff, considering five factors:
- Fabrication Plan and Schedule
- Technical Approach
- Past Performance (using NAVFAC/USACE Form PPQ-0)
- Small Business Participation (goals: Total SB 5%, SDB 0.5%, WOSB 0.5%, HUBZone 0.5%, VOSB 0.5%, SDVOSB 0.5%)
- 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).
Contact Information
- Primary: Preston Jones, Preston.E.Jones@usace.army.mil, 5095277206
- Secondary: Jani C Long, jani.c.long@usace.army.mil, 5095277209