John Day Dam Turbine Replacement and Generator Rewind (TRGR)
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 Corps of Engineers (USACE), Portland District (NWP), is seeking a contractor for the John Day Dam Turbine Replacement and Generator Rewind (TRGR) project. This is a two-phase design-build, full and open competition with a HUBZone price evaluation preference. The estimated magnitude of construction is over $500,000,000. Phase 1 proposals are due by 10:00 AM local time on March 2, 2026.
Scope of Work
This project involves designing and building up to sixteen new turbine runners and rewinding up to sixteen generators at the John Day Dam near Rufus, Oregon and Klickitat County, Washington. The work includes replacing existing turbines, rewinding generators, and refurbishing/replacing associated ancillary equipment to improve reliability, increase fish survival, enhance turbine efficiency, and boost operational flexibility. Key requirements include:
- Designing, testing, manufacturing, and installing new turbine runners.
- Refurbishing/replacing generator rewinds.
- Refurbishing/replacing associated ancillary equipment.
- Compliance with technical specifications for electrical materials, wiring, piping, welding, bearings, and NERC.
- Extensive submittal requirements, quality assurance protocols, and safety plans.
- Specific brand-name components are required, for which equal or alternate items are not acceptable.
Contract Details
- Contract Type: Fixed-Price with Economic Price Adjustment (EPA).
- Acquisition Method: Two-phase design-build, best value tradeoff source selection under FAR subpart 36.3 and FAR Part 15.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) with a $45M small business size standard.
- Estimated Magnitude: Over $500,000,000.
- Period of Performance: 10 calendar days after notice to proceed for commencement, and 7948 calendar days for completion.
- Cybersecurity: CMMC Level 2 (Self) certification is required prior to contract award following Phase 2 evaluation.
Submission & Evaluation
- Phase 1 Proposals Due: 10:00 AM local time on March 2, 2026.
- Evaluation: Best value tradeoff.
- Offer Guarantee: Not required.
- Offer Validity: Offers must provide at least 120 calendar days for Government acceptance.
- Pricing: No pricing information is required in Phase 1.
- Registration: Firms must be SAM registered at the time their offer is submitted for either solicitation phase.
Key Documents
- 7N26RA003 TRGR Phase 1 Solicitation.pdf: Outlines the two-phase design-build process, technical specifications, submission requirements, and CMMC details.
- 7N26RA003 TRGR Brand Name Justification.pdf: Details required brand-name components for which no equal or alternate items are acceptable.
- 7N26RA003 TRGR Phase 2 Bid Schedule.xlsx: Provides a detailed CLIN breakdown for Phase 2 (for reference).
- 7N26RA003 TRGR Phase 1 Solicitation Drawings.pdf & 7N26RA003 TRGR Phase 1 Reference Drawings.pdf: Provide comprehensive technical specifications, dimensional information, and visual representations for turbine components and site work.
Important Notes
This is a pre-solicitation notice, but the Phase 1 solicitation is active with a due date. Contractors are responsible for checking SAM.gov for any updates. Previous market research communications are superseded by the forthcoming official solicitation.