Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2025 SAM #8735
SOLICITATION NOTICE

J -- JDA Spare GSU Bushing Install and Transformer Testing

Notice Date
10/24/2025 7:39:05 AM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
PANNWD-25-P-0000-002980
 
Response Due
11/7/2025 3:00:00 PM
 
Archive Date
11/22/2025
 
Point of Contact
Joseph B. Jarvis, Cory Pfenning
 
E-Mail Address
joseph.b.jarvis@usace.army.mil, cory.r.pfenning@usace.army.mil
(joseph.b.jarvis@usace.army.mil, cory.r.pfenning@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS The U.S. Army Corps of Engineers (USACE) Portland District is soliciting a contract for The John Day Lock and Dam Spare GSU Bushing Install and Transformer Testing in Goldendale, Washington. The proposed project will be a sole-source, firm-fixed price (FFP) contract. Background: The existing spare Generator Step-Up (GSU) transformer has been stored at its current location on the intake deck of the John Day Lock & Dam since 1978 and is not currently operational. The spare GSU transformer does not have bushings, low-voltage bushing housing, radiators, fans, temperature indicators, and the control cabinet is missing some devices. Currently, John Day Dam does not have an operational spare transformer should one of the in-service units fail which poses significant risk to the regions power needs. This testing contract is critical to understanding if the current �spare� unit can be upgraded and availability for emergency service restored or if an entirely new transformer needs to be purchased. If a new transformer is required, the lead-time on that supply is 3-5 years. The existing spare GSU transformer has been stored at its current location between GSU Transformer Banks T3 and T4 on the intake deck (elevation 281) since 1978. Serial# 7000893 Rating 164MVA/218MVA Oil Capacity 15539 Gal The spare GSU transformer does not have the following components installed: � High-voltage (HV) bushing � HV neutral bushing � Low-voltage (LV) bushings � LV bushing housings � Radiators � Fans � Temperature indicators John Day Operating Project presently has a spare 500kV shell-form single phase Westinghouse (now owned by Hitachi) GSU transformer located between GSU transformer banks T3 and T4 on the intake deck (EL. 281). The Project maintains a spare GSU transformer onsite in the event of an existing transformer experiences failure. As part of the solicitation, the spare transformer will be installed with Government furnished bushings and tested. In addition, the spare transformer will be furnished and installed with bottom terminals for the Government-furnished high-voltage (HV) and low-voltage (LV) bushings and other ancillary materials. The requested Hitachi bottom terminals for the HV, HV neutral, and LV bushings would be a direct replacement for the existing Hitachi (previously, Westinghouse) bottom terminals on the spare GSU transformer at John Day Operating Project. The GSU system and its drawings are proprietary to Hitachi. With the proprietary nature of the system, the installation of the materials and the associated electrical testing must be performed by an authorized Hitachi Representative. Purpose: The US Army Corps of Engineers � Portland District has a requirement to solicit non-personal services to include the install of government furnished bushings on a spare 500kV shell-form single-phase Westinghouse generator step-up (GSU) transformer and related electrical testing. This requirement also includes furnishing and installing bottom terminals for the government-furnished highvoltage and low-voltage bushings as well as other ancillary materials described herein. All work must be in accordance with the details provided in this Performance of Work Statement (PWS) and comply with all local, state, and federal regulations. Task 1 � Provide Mounting Hardware for the Bushings, CLIN 0001 Provide mounting hardware for one (1) HV bushing, one (1) HV neutral bushing and four (4) LV bushings in accordance with requirements listed in section 8.1.1. Submit product data prior to procuring materials. Deliver the mounting hardware to John Day Lock and Dam prior to the start of Task 5 onsite work. Payment will be made for the procurement and delivery of the mounting hardware to John Day Dam. Amount will be measured by job and based on COR inspection and confirmation of delivered materials. Task 2 � Provide Gaskets for the Bushings, CLIN 0002 Provide gaskets for one (1) HV bushing and four (4) LV bushings in accordance with requirements listed in sections 8.1.2 and 8.1.3. Submit product data prior to procuring materials. Deliver the bushing gaskets to John Day Lock and Dam prior to the start of Task 5 onsite work. Payment will be made for the procurement and delivery of the bushing gaskets to John Day Dam. Amount will be measured by job and based on COR inspection and confirmation of delivered materials. Task 3 � Provide Bottom Terminal, Bottom Shield, Drawings and Associated Mounting Hardware for the HV Bushing, CLIN 0003 Provide the bottom terminal, bottom shield and associated mounting hardware for the HV bushing in accordance with requirements listed in section 8.1.4. Submit product data prior to procuring materials. Deliver the bottom terminal, bottom shield and associated mounting hardware to John Day Lock and Dam prior to the start of Task 5 onsite work. Payment will be made for the procurement and delivery of the bottom terminal, bottom shield and associated mounting hardware for the HV bushing. Amount will be measured by job and based on COR inspection and confirmation of delivered materials. Task 4 � Provide Bottom Terminals, Drawings and Associated Mounting Hardware for Four (4) LV Bushings, CLIN 0004 Provide the bottom terminals and associated mounting hardware for four (4) LV bushings in accordance with requirements listed in section 8.1.5. Submit product data prior to procuring materials. Deliver the bottom terminals and associated mounting hardware to John Day Lock and Dam prior to the start of onsite work. Payment will be made for the procurement of the bottom terminals and associated mounting hardware for the four (4) LV bushings. Amount will be measured by unit price and based on COR inspection and confirmation of delivered materials. Task 5 � Drain Oil, Install Bushings, Perform Oil-filling, and Processing, and Perform Electrical Testing of the Spare Transformer, CLIN 0005 Provide all pre-work submittals as listed in Section 8 for government review and approval prior to the start of any onsite work. Provide all labor, equipment, materials, including mobilization and demobilization, required to drain the oil, install government furnished bushings, perform oil-filling, oil processing, oil analysis, and perform electrical testing on the spare transformer in accordance with the requirements of �Clause 5, Liquid-immersed power transformers rated 10 MVA and above or with high-voltage windings 69 kV and above� of IEEE C57.93 at John Day Lock and Dam. Payment will be made for completion of the work and submittal of the Final Spare GSU Report. Amount will be measured by job and based on Government inspection of the completion of requirements in PWS Sections 8 and 9. Contract Period of Performance: The estimated Period of Performance for this contract is approximately FY26 Estimated Contract Value: The estimated cost of the project is approximatley $300,000.00 - $400,000.00. Set Asides and Codes: 100% Small Business Set-Aside. The North American Industrial Classification Code (NAICS) for this requirement would be 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The related size standard is $11M. The Product Service Code (PSC) is J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT Selection Process: Sole-Source acqusition Anticipated Solicitation Release Date: The government anticipates releasing the solicitation in November 2025. The closing date for proposals will be approximately 30 days later (TBD). Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details may be found in the solicitation when it is posted. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to submission of proposals and prior to receiving an award. Point of Contact: The USACE-NWP points of contact for this action are Joseph Jarvis at joseph.b.jarvis@usace.army.mil and Cory Pfenning at cory.r.pfenning@usace.army.mil. Email is the only method for receiving responses to this pre-solicitation notice. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Maura Timmerman at (402) 370-0095 or maura.j.timmermann@usace.army.mil. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON SAM ON OR ABOUT 31 OCTOBER 2025. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS AND PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2569336a0c4d4cdbac0cb7d5e607dc3c/view)
 
Place of Performance
Address: Goldendale, WA 98620, USA
Zip Code: 98620
Country: USA
 
Record
SN07627615-F 20251026/251024230036 (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.