Loading...
W9127N26RA017
Response Deadline
May 18, 2026, 10:00 PM(PDT)16 days
Eligibility
Contract Type
Sources Sought
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.
This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.
This notice is issued in accordance with FAR Part 10, Market Research, to assist the Government in determining an appropriate acquisition strategy, including potential small business set aside considerations.
Responses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.
The Government is specifically seeking firms with demonstrated experience in large power transformer refurbishment and hydroelectric or utility infrastructure projects of similar size, scope, and complexity.
The North American Industrial Classification Code (NAICS) for this requirement is: 335311 - Power, Distribution, and Specialty Transformer Manufacturing
The related size standard is: 800 employees.
Formal Sources Sought Response Due – 18 MAY 2026 at 3:00 pm PDT.
2. Project Background. The U.S. Army Corps of Engineers (USACE), Portland District, is conducting market research to identify capable contractors for the inspection, repair, refurbishment, testing, and commissioning of Generator Step-Up (GSU) transformers at The Dalles Dam in The Dalles, Oregon.
The project involves repair of failed Transformer T10 and preventative maintenance and refurbishment activities for Transformer T9, with an optional repair and refurbishment effort for Transformer T11. These transformers are identical 230,000/132,790–13,200 volt, 233,000 kVA, FOA cooled, three phase transformers manufactured in 1972.
Transformer T10 experienced a failure associated with the high-voltage neutral conductor design. A similar failure occurred previously on Transformer T8 in 2016. The Government is seeking qualified firms with demonstrated experience performing inspection, repair, refurbishment, testing, and commissioning of large Class II oil-filled power transformers rated greater than or equal to 230kV and 100 MVA.
3. Project Scope. The contemplated contract will provide all labor, supervision, materials, equipment, transportation, testing, engineering support, and incidentals necessary to inspect, repair, refurbish, test, and commission GSU transformers T9 and T10, with optional work associated with Transformer T11, at The Dalles Dam.
The contractor may propose either onsite repair activities or transportation of transformers to an offsite repair facility, subject to Government approval.
a. Work may include, but is not limited to:
• Internal transformer inspections
• Inspection and analysis of transformer winding damage, burns, discoloration, deposits, and conductor failures
• Removal and replacement/repair of internal transformer conductors
• Removal and installation of high-voltage and low-voltage bushings
• Removal and installation of transformer-mounted devices
• Replacement of gaskets and seals
• Transformer oil draining, containment, temporary storage, disposal, vacuum processing, and hot-oil filling
• Transformer electrical testing and oil testing
• Sweep Frequency Response Analysis (SFRA)
• Winding insulation resistance and power factor testing
• Winding resistance testing
• Turns ratio testing
• Leakage reactance testing
• Optional replacement of transformer cooling system isolation valves
• Removal and disposal of asbestos-containing materials associated with transformer components.
b. Anticipated Construction Schedule: USACE Portland District currently anticipates issuance of a solicitation in FY26 with contract awarded in FY27. The estimated period of performance is anticipated to extend through calendar year 2029.
c. Estimated Construction Cost (ECC): The current estimated construction magnitude is between $1,000,000 and $5,000,000 in accordance with FAR 36.204 and DFARS 236.204.
d. Number and Type of Contracts: NWP contemplates awarding one (1) Firm-Fixed-Price (FFP) Construction Contract. The acquisition strategy decision has not yet been determined. Maximum small business participation is being sought at both the prime and subcontracting levels.
e. Anticipated Source Selection Process: The expected method to determine the best value to the government is Best Value Tradeoff.
f. The current anticipated CLIN structure is as follows:
CLIN Description Type
0001 Mobilization and Demobilization Base
0002 Transformer 10 Repair Base
0003 Transformer 10 Testing and Commissioning Base
0004 Transformer 9 Repair Base
0005 Transformer 9 Testing and Commissioning Base
0006 Concrete Slot Covers Base
0007 Removal and Disposal of Asbestos Containing Materials Base
0008 Transformer 11 Repair Optional
0009 Transformer 11 Testing and Commissioning Optional
0010 Removal and Disposal of Asbestos Containing Materials Optional
0011 Valve Replacement Optional
g. Optional CLINs are not currently funded and may be exercised by future contract
modification
4. Project Specific Constraints and Challenges:
Interested firms should consider the following anticipated project constraints and challenges:
• Restricted access and operational constraints associated with work at an active hydroelectric facility
• Coordination with powerhouse operational requirements
• Specialized labor and equipment requirements associated with large power transformer refurbishment
• Potential long lead times for transformer components and specialty materials
• Environmental compliance requirements associated with transformer oil handling and asbestos remediation
• Schedule coordination associated with outage windows and commissioning activities
5. Questions for Industry:
a. Is there anything in our SOW that would discourage you from bidding?
b. Is there anything in our SOW that would cause enhanced pricing uncertainty?
c. Are there any market conditions or industry practices that you feel the government needs to be aware of?
d. Are the contemplated CLIN structure and measurement/payment approach commercially reasonable?
e. Would industry recommend onsite refurbishment or transportation to an offsite repair facility? Please explain advantages, risks, and schedule impacts
f. Are there anticipated long-lead material concerns the Government should consider during acquisition planning?
g. Is the estimated period of performance reasonable for the anticipated scope?
h. Are there any bonding, insurance, outage coordination, or subcontracting considerations the Government should account for?
i. Would industry recommend any alternative contract structure or procurement approach to improve competition and reduce performance risk?
6. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W9127N26RA017. Please email to joseph.b.jarvis@usace.army.mil, Contract Specialist, before 3:00 pm PDT on 18 MAY 2026.
Interested parties are encouraged to clearly identify which portions of the contemplated work would be self-performed and which portions would be subcontracted.
Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and shall include the following information:
a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.
b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).
c. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.
d. A description of work performed under similar project constraints and challenges listed under paragraph 4.
e. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):
• To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), similar-in-size project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:
Project Title
Contract Number
Contract award date
Customer name, phone number and email address
Prime or Subcontractor
Initial contract dollar value
Final contract dollar value
Initial contract completion date
Final contract completion date
Customer satisfaction
The Government may verify information in CPARS or PPIRS.
f. Firm's Joint Venture information if applicable - existing and potential.
g. Firm's Bonding Capability in the form of a letter from Surety.
h. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertising and performance dates)
i. Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of.
7. Disclaimer and Important Notes.
a. This notice does not obligate the Government to award a contract, nor will the Government pay for any information provided in response to this notice or any follow up information. No contract will be awarded as a result of this Sources Sought notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted.
b. All interested firms must be registered in the System for Award Management (SAM) at www.sam.gov to have size status considered. Firms are encouraged to verify that their SAM registration reflects NAICS 335311 or other NAICS codes relevant to this requirement. Firms must remain current in SAM for the duration of the source selection process to be eligible for award of a Government contract.
8. Attachments: None
Due to the sensitive nature of certain technical and infrastructure-related information associated with this project, draft technical documents, including portions of the draft Statement of Work (SOW), specifications, drawings, and attachments, may not be publicly posted with this Sources Sought notice.
Interested parties may request access to available draft technical documents by submitting a request via email to the Contract Specialist identified in this notice. The Government reserves the right to limit distribution of technical documents and may require verification of the requesting firm’s interest and capability prior to release.
Any documents provided by the Government shall be used solely for market research and acquisition planning purposes associated with this Sources Sought notice and shall not be further distributed without Government authorization.
Joseph B. Jarvis
Cory Pfenning
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION NORTHWESTERN
ENDIST PORTLAND
W071 ENDIST PORTLAND
W071 ENDIST PORTLAND
KO CONTRACTING DIVISION
333 SW FIRST AVE
PORTLAND, OR, 97204-3495
NAICS
Power, Distribution, and Specialty Transformer Manufacturing
PSC
REPAIR OR ALTERATION OF EPG FACILITIES - HYDRO
Set-Aside
No Set aside used