1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.
This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.
Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.
Product Service Code: 6120 - TRANSFORMERS: DISTRIBUTION AND POWER STATION
The North American Industrial Classification Code (NAICS) for this requirement is: 335311 - Power, Distribution, and Specialty Transformer Manufacturing
The related size standard is: 800 employees.
Formal Sources Sought Response Due - Jul 10, 2025, 05:00 pm PDT.
Place of Performance: Goldendale, WA 98620 USA
2. Project Background. 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.
3. Project Scope. 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 high-voltage and low-voltage bushings as well as other ancillary materials. Anticipate window for testing transformer is spring/summer of 2026.
Service requiring Authorized Hitachi Energy Representative
Provide all labor, equipment, materials, including mobilization and demobilization required to drain the oil, install new and government furnished bushings, perform oil-filling, and processing, and perform electrical testing of 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 Section 8 Submittals and Section 9 Technical Requirements.
a. The following information represents the project objectives: Reference attached PWS for details
b. Anticipated Schedule: CENWP intends to advertise September 2025 and award by November. Contract with estimated completion 365 days after award. Ideally, work will be executed Spring/Summer of 2026.
c. Estimated Cost: The estimated cost is approximately $350,000.00. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude.
d. Number and Type of Contracts: NWP contemplates awarding a Firm Fixed Price contract.
e. Anticipated Source Selection Process: The expected method to determine the best value to the government is Lowest Price Technically Acceptable.
4. Questions for Industry:
a. Is there anything in our PWS that would discourage you from bidding?
b. Is there anything in our PWS that would cause enhanced pricing uncertainty?
c. Are there any market conditions or industry practices that you feel the government needs to be aware of?
5. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – Notice ID PANNWD-25-P-0000_002980. Please email to [email protected] , Contract Specialist, before Jul 10, 2025 05:00 pm PDT.
Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and shall include the following information:
a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.
b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).
c. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.
d. A description of work performed under similar project constraints and challenges listed under paragraph 3.
e. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):
• To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), project(s). These project examples must be similar in size, scope and complexity to the work described in the PWS of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:
Project Title
Contract Number
Contract award date
Customer name, phone number and email address
Prime or Subcontractor
Initial contract dollar value
Final contract dollar value
Initial contract completion date
Final contract completion date
Customer satisfaction
The Government may verify information in CPARS or PPIRS.
f. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)
g. Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of.
6. Disclaimer and Important Notes.
a. 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.
b. All interested firms 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.
7. Attachments:
a. PWS