PANNWD-24-P-0000_002145 – Sources Sought – Detroit Transformers

May 4, 2024 | Sources Sought

*** Specifically looking for a manufacturer of the below equpment ***

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.

The North American Industrial Classification Code (NAICS) for this requirement is:  335311
The related size standard is:  800 Employees.

Formal Sources Sought Response Due – 13 MAY 2024 at 3:00 pm PDT.

2.    Project Background. Detroit Dam is located approximately 45 miles southeast of Salem, Oregon, on the North Santiam River. The powerhouse remotely operates the Big Cliff re-regulating dam, which is located approximately 2.5 miles downstream. Detroit powerhouse has two generating units, each rated at 63.9 MVA. The generating unit at Big Cliff contributes an additional 23 MVA, which transmits via 14.4 kV transmission lines to the Detroit powerhouse. The combined 150.8 MVA feeds BPA’s power grid via two 87 MVA series of single-phase, oil-filled generator step-up (GSU) transformer banks located at the Detroit powerhouse on the tailrace deck. The switchgear in the Detroit powerhouse allows routing of Big Cliff’s power to either, but not both, of the two transformer banks. Power from each transformer is transmitted to the 230kV BPA switchyard via overhead transmission lines.

The transformers were installed in 1953: 71 years ago. This is 42 percent longer than the transformers’ 50-year design life. With present assumptions, replacement will not conclude for another six years, making them the oldest in the Corps’ fleet of 415 transformers. Despite routine maintenance, the transformers at Detroit Dam have experienced increased degradation of the insulation system and installed devices, as well as increasing oil leaks. The original Phase A of bank T1 at Detroit already failed in 2021 and was replaced in 2023 with the remaining on-hand spare. The risk of subsequent transformer failure and necessary maintenance and preventive actions will continue to increase as the transformers age further.

3.    Project Scope.  

1)    The following information represents the project objectives:

The overarching goal is a supply contract for two 3-phase transformers to replace the existing six single-phase oil filled transformers at Detroit Dam. Total single transformer, three-phase capacity, to be 87MVA. A total, of 174MVA capacity for two three-phase transformers to be provided in the supply contract.  Generation (secondary-side) nominal voltage of 14.4 kilo-volts to step-up the voltage (primary-side) to 230 kilo-volts for transmission purposes.

Objectives supporting this goal comprise the following:

a)    Supply two, three-phase transformers at 87MVA per transformer
a.    Three-phase
b.    230,000 GrdY – 13,200 kV Delta
c.    87,000 KVA
d.    Class GDAF
e.    Impedance:  7.5%
f.    Frequency:  60 Hz
g.    DETC (high-voltage winding)
i.    Tap 1, percent of high-voltage rating:   105.0
ii.    Tap 2, percent of high-voltage rating:   102.5
iii.    Tap 3, percent of high-voltage rating:   100.0
iv.    Tap 4, percent of high-voltage rating:   97.5
v.    Tap 5, percent of high-voltage rating:   95.0
b)    Additional technical information
a.    Basic Impulse Level for each transformer terminal.
i.    HV:  900kV BIL  
ii.    HVN:  150kV BIL  
iii.    LV:  110kV BIL
b.    Requirement for ASME certification (U Stamp).
i.    ASME certification or stamping is not required. The transformer would be manufactured by manufacturers standard processes. Submittals would be required to prove that those processes are equivalent to or better than the ASME standards (weld processes, welder certifications, weld quality control).
c.    Requirement for transformer cooling or stand-by SF6 cooler/heat exchanger.
i.    Air cooling is preferred.  
c)    Include insulating medium of the transformer.
a.    SF6
b.    Where does the supply of the medium come from?
d)    Transformer weights without insulating medium.
e)    Delivery to Detroit Dam
a.    Near Detroit Oregon
f)    Offload of transformers to designated area at Detroit Dam.

Summary
This project will replace current single-phase transformers at end-of-life with two three-phase transformer units reflecting the latest technology. Delivery of two new three-phase transformers to site and designated area

a)    Anticipated Supply Schedule:  CENWP intends to advertise and award during Fiscal Year 2025 for this supply contract.

b)    Estimated Supply Contract Cost (ESCC):  The current ESCC is between $4,000,000.00 – $25,000,000 . Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude.

c)    Number and Type of Contracts: NWP contemplates awarding one Firm Fixed Priced Contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels.

d)    Anticipated Source Selection Process:  The expected method to determine the best value to the government is Best Value.

2)    Questions for Industry:

a)    Is there anything in our SOW that would discourage you from bidding?
b)    Is there anything in our SOW that would enhance pricing certainty?
c)    Are there any market conditions or industry practices that you feel the government needs to be aware of?
d)    What are lead times for transformers (SF6) that are over 87MVA?
i)    Is there a delay between delivery of two transformers?
(1)    Example: Delivery of one transformer within the allotted time and a delay between delivery of the second transformer.
e)    What are typical delivery times (months) after building the transformers to the site?
i)    (Shipping, customs)
ii)    Country of Origin of the transformers?
f)    Warranty after testing and commissioning?
i)    How long after testing and commissioning will the manufacturer support defects from manufacturing?

3)    Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – PANNWD-24-P-0000 002145. Please email to Cory Pfenning, Contracting Officer, at [email protected] and Joseph Jarvis, Contracting Specialist, at [email protected].

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) transformer design, manufacture and installation project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 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 Joint Venture information if applicable – existing and potential.

g.    Firm’s Bonding Capability in the form of a letter from Surety.

h.    Firm’s interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)

i.    Responses to the government’s questions in paragraph 3(f) and any other information the contractor feels the government needs to be aware of.

4)    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.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.