Sources Sought - TDA Transformer 9-11 Interim Repair
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, is conducting a Sources Sought for 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. This is for informational purposes only and is not a request for proposal. Responses will inform future acquisition strategy, including potential small business set-aside considerations. Responses are due May 18, 2026, at 3:00 pm PDT.
Scope of Work
The project involves the repair of failed Transformer T10 and preventative maintenance/refurbishment for Transformer T9, with an optional effort for Transformer T11. These are identical 230kV, 233,000 kVA, FOA cooled, three-phase transformers manufactured in 1972. Firms must have demonstrated experience with large power transformer refurbishment and hydroelectric/utility infrastructure projects. Work may include:
- Internal transformer inspections, winding damage analysis, and conductor repair/replacement.
- Removal/installation of high/low-voltage bushings and transformer-mounted devices.
- Gasket/seal replacement, transformer oil handling (draining, storage, disposal, filling).
- Electrical testing (SFRA, winding insulation resistance, power factor, winding resistance, turns ratio, leakage reactance).
- Optional replacement of cooling system isolation valves and removal/disposal of asbestos-containing materials. Contractors may propose either onsite repair or offsite transportation.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: One (1) Firm-Fixed-Price (FFP) Construction Contract.
- Estimated Construction Cost (ECC): $1,000,000 - $5,000,000.
- Anticipated Period of Performance: Through calendar year 2029.
- Anticipated Solicitation Issuance: FY26.
- Anticipated Contract Award: FY27.
- NAICS Code: 335311 - Power, Distribution, and Specialty Transformer Manufacturing (Size Standard: 800 employees).
Set-Aside / Eligibility
The government is seeking responses from both large and small businesses, including Small Business, Small Disadvantaged Businesses (8(a)), HUBZone, Woman-Owned Small Business (WOSB), Economically Disadvantaged WOSB (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Veteran Owned Small Business (VOSB). Maximum small business participation is sought at both prime and subcontracting levels. Firms must be registered in SAM.gov.
Submission & Evaluation
Responses are limited to six (6) pages and must be submitted electronically to joseph.b.jarvis@usace.army.mil by May 18, 2026, at 3:00 pm PDT, with the subject "Sources Sought – W9127N26RA017". Submissions should include:
- Firm's name, address, contact info, CAGE, and Unique Entity ID.
- Business category and size status (including small business participation metrics for large businesses).
- Explanation of prime firm’s capabilities, special qualifications, and self-performed work.
- Description of work performed under similar project constraints (e.g., active hydroelectric facilities, long lead times, environmental compliance).
- A minimum of one, maximum of three, similar-in-size project examples with detailed information.
- Joint Venture information (if applicable) and bonding capability (letter from Surety).
- Firm's interest in bidding and responses to specific government questions outlined in the notice (e.g., SOW concerns, market conditions, onsite vs. offsite repair, long-lead materials, period of performance, alternative contract structures). The expected method for future solicitation award is Best Value Tradeoff.
Additional Notes
This is for market research only; no contract will be awarded from this notice. The government reserves the right to use information provided for acquisition planning. Draft technical documents (SOW, specifications, drawings) are available upon request via email to the Contract Specialist, subject to verification of interest and capability.