Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2025 SAM #8566
SOURCES SOUGHT

61 -- Transformer Supply Multiple Award Contract

Notice Date
5/8/2025 7:46:07 AM
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N25SS4221
 
Response Due
6/9/2025 3:00:00 PM
 
Archive Date
10/30/2026
 
Point of Contact
Mitchell Johnson, Phone: 5038084600, Alicia Evans, Phone: 206.303.9076
 
E-Mail Address
mitchell.j.johnson@usace.army.mil, alicia.g.evans@usace.army.mil
(mitchell.j.johnson@usace.army.mil, alicia.g.evans@usace.army.mil)
 
Description
Transformer Supply Multiple Award Contract (up to $500M capacity) THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. As part of its market research, the U.S. Army Corps of Engineers (USACE), is issuing this sources sought to seek out interested firms capable of providing various configurations of transformers. The Government may use the responses to this sources sought for information and planning purposes. Responses are requested regardless of business size. Potential Contract Capacity: If sufficient interest is demonstrated by industry in response to this sources sought the resultant multiple award contract vehicle may be used to supply more than $500M worth of transformers to multiple Federal entities. NAICS: The proposed NAICS code for this procurement is 335311 � Power, Distribution, and Specialty Transformer Manufacturing Size Standard: The small business size standard for NAICS Code 335311, as defined by the Small Business Administration (SBA), is a business with 800 employees or fewer. Anticipated Advertisement: FY26 Anticipated Period of Performance: Up to 10 years (Base of 5 years plus 5-year option period)Responses are requested regardless of business size. Requirement Background: USACE has identified a significant need to replace transformers at various hydropower plants over the coming decade and acknowledges there is a high demand on the large transformer manufacturing industry. USACE hydropower transformers are typically procured with funding from a Power Marketing Administration due to the role the transformer has in the supply of power to that organization. USACE Portland District transformers are typically funded by Bonneville Power Administration (BPA), which also funds the replacement of transformers at hydropower plants owned and maintained by the Department of Interior�s Bureau of Reclamation (BOR), as well as those they own and maintain themselves. USACE Portland District is interested in establishing a contract vehicle which could address the requirements of at least the three aforementioned Federal entities to leverage its unique buying power. Other Power Marketing Administrations may also be supported by this tool. Most of the power transformers are step-up transformers to be used in direct connection with electrical power generators and will be subject to backfeed mode as defined in the Institute of Electrical and Electronics Engineers (IEEE) Standard C57.116, Guide for Transformers Directly Connected to Generators. The other transformers are auto transformers connected to Generators. The goal is to create a Multiple Award Delivery Order Contract for the supply of these transformers. Project Scope: USACE is considering the use of an indefinite-delivery indefinite-quantity (IDIQ) Multiple Award (Supply) Delivery Order Contract to address its needs and will make it available to BPA and BOR through the Economy Act (ref. FAR 17) as well. Transformers procured through this tool will require the custom design, manufacturing and supply (delivery) of power transformers that are essential for the operation of hydroelectric powerhouses. Only initial commissioning will be required from the contractor(s); no installation or construction will be required through this contract. The contractor(s) is required to ensure that all supplied transformers are specifically engineered to meet exacting interface requirements of diverse powerhouse configurations. These transformers must be manufactured in conformity with recognized industry standards, including but not limited to American Welding Standard (AWS), American Society of Mechanical Engineer (ASME), American Society of Testing and Materials (ASTM), American National Standards Institute (ANSI), American Society for Nondestructive Testing (ASNT), IEEE, National Electrical Manufacturers Association (NEMA), National Fire Protection Association (NFPA), and Underwriters Laboratories (UL), attesting to their reliability and performance. Note that contractor installation of transformers procured through this contract will not be required. Project Specific Constraints and Challenges: � The transformers must be manufactured in accordance with above mentioned industry standards as noted above. � The transformer manufacturers must be currently engaged in the manufacturer of similar transformers at their manufacturing facility(s) for a minimum of 10 years. � It is understood that due to the ratings and physical size of the transformers, not all manufacturers will be capable to deliver all the transformers. �The specific Generator Step-Up (GSU) and AUTO transformer ratings and sizes vary by location � Attachment ""Current Transformer Ratings"" are provided, see attachment. Procured MVA ratings may be slightly different. Submission Instructions: Responses to this sources sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � USACE Transformers to Mr. Mitchell Johnson, Contracting Officer, at mitchell.j.johnson@usace.army.mil and Mrs. Alicia Evans, Contracting Specialist, at alicia.g.evans@usace.army.mil. Responses are requested to be submitted before 3:00 pm PDT on 9 June 2025 . Late responses may be reviewed. Interested Parties: All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Industry Capability Survey: Please keep your response concise. A maximum of six (6) pages of information including the below content is requested: Firm's name, address, point of contact, phone number, and email address. CAGE code and Unique Entity ID (UEI) number. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned SB (WOSB), Veteran Owned SB (VOSB), Service-Disabled VOSB (SDVOSB), Historically Underutilized Business Zone SB (HUBZone), 8(a) Program, or Other Than Small Business (Large Business). An explanation of the manufacturer�s capabilities, manufacturing partners, special qualifications/certifications and equipment as it pertains to the proposed transformers outlined in the Project Specific Constraints and Challenges. A description of the transformers that the manufacturer delivered that is similar to scope described in the Project Specific Constraints and Challenges. Firm's interest and the likelihood in proposing on a potential solicitation related to the scope described above, if advertised. (Anticipated in FY26) Responses to �Questions for Industry� below and any other information the Firm feels the government needs to be aware of. Questions For Industry: Is there anything in the project scope that would discourage you from proposing? Is there anything in the project scope that would cause enhanced pricing uncertainty? Are there any market conditions or industry practices that you feel the government needs to be aware of? Is the proposed large, multiple award, Indefinite Delivery Indefinite Quantity contract attractive to your firm? Is there a different contract approach your firm would prefer? What is the current anticipated lead time for delivery of described transformer types? What do you identify as the high-risk elements of this proposed acquisition strategy? What can the Government do prior to issuing the solicitation to increase your firm�s interest? Do you have any manufacturing partners? In what country is your manufacturing facility? Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. 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. The requirements mentioned above are just basic and could change depending on a variety of factors but should cover most expectations. Further details will be added when we go for solicitation, including how policies & procedures will be conducted on site or if any basic requirements have changed. All interested parties must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0c3fbc36eb047649c7b2ec7f6c93cb6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07437133-F 20250510/250508230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.