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 Department of the Army, W071 ENDIST PORTLAND (USACE), has issued a Solicitation for the John Day Dam Turbine Replacement and Generator Rewind (TRGR) Project. This is a two-phase design-build procurement for the rehabilitation and rewinding of turbines and generators at the John Day Dam in Rufus, OR. The estimated construction magnitude exceeds $500,000,000. Phase 1 proposals are due by April 3, 2026, at 5:00 PM ET.
Scope of Work
This project involves the comprehensive design, testing, manufacturing, and installation of up to 16 new turbine runners and the refurbishment or replacement of up to 16 generator rewinds. Key technical requirements cover electrical materials, wiring, piping, welding, bearings, turbine design, generator rewinding, condition monitoring, and NERC compliance. The scope also includes extensive submittal requirements, quality assurance protocols, and safety measures, such as a Hazardous Energy Control Plan. Specific brand-name components are mandated, for which no equal or alternate items are acceptable. Detailed technical drawings and manuals for hydraulic turbines, lubrication systems, and measurement devices are provided, and contractors must field verify existing conditions.
Contract Details
- Contract Type: Fixed Price with Economic Price Adjustment (EPA) - Cost Indexes.
- Period of Performance: 10 calendar days after Notice to Proceed (NTP) for commencement, with a total completion period of 7948 calendar days.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction), with a small business size standard of $45M.
- Set-Aside: This is a Full and Open Competition, with a HubZone price evaluation preference.
Submission & Evaluation
- Phase 1 Proposal Due Date: April 3, 2026, by 5:00 PM ET.
- Submission Requirements: No pricing information is required in Phase 1. Offers must provide at least 120 calendar days for Government acceptance. An offer guarantee is not required.
- Cybersecurity Requirement: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required prior to contract award following Phase 2 evaluation. Offerors must be aware that Phase 2 solicitation documents may be restricted to those demonstrating current CMMC Level 2 compliance.
- Award Basis: Award will be made on a best-value, trade-off basis.
Additional Notes
Amendment 1, published on March 27, 2026, formally extended the Phase 1 proposal due date and included revisions to technical information. This project was solicited before the February 1, 2026, effective date for the Department of War's adoption of the Revolutionary FAR Overhaul (RFO), therefore, no RFO revisions are required or planned. The Phase 2 bid schedule is provided for reference only and is subject to change. Market research for brand-name components was refreshed, and a redacted Justification and Approval (J&A) was posted, but no firms responded to the Notice of Intent to Sole Source.