The Fort Peck, Montana Powerhouse 1 and 2 DC Panel Board Replacement project is detailed in this Price Schedule, outlining base and optional items for electrical system upgrades. Base items include replacing 125V DC Station Boards, Preferred AC Panels, Emergency Lighting Panels, and Transfer Switches in both powerhouses, along with main feeder wire replacement and concrete base modifications. Optional items involve replacing the 125V DC Battery Panel in Powerhouse 1 and the Switchyard 2 DC Panel for Powerhouse 2. The document specifies that prices must be entered for all items, and the government may exercise options via written notice. It also provides instructions for proposal modifications and clarifies that lump sum prices will take precedence in case of discrepancies.
This government Request for Proposal (RFP) outlines a 100% Small Business solicitation for electrical equipment replacement in Powerhouse 1 and Powerhouse 2, with an estimated construction cost between $1,000,000 and $5,000,000. Proposals must be submitted electronically via email to Daniel D. Monahan and Brandie Murphy, adhering to file size limits and submission deadlines. The project involves replacing main DC Station Boards, AC Panels, and Emergency Lighting Panels, with optional work on battery and switchyard panels. Proposals will be evaluated based on technical approach (most important), past performance (second most important), and price (significantly less important). Offerors must submit a Project Management Plan and provide past performance narratives for similar projects. Questions are to be submitted via ProjNet, and all solicitations are available on sam.gov. Joint ventures and small business concerns have specific registration and submission requirements.
The SAM.gov General Decision Number: MT20250043, effective July 18, 2025, sets prevailing wage rates for building construction projects in McCone County, Montana, excluding single-family homes and apartments up to four stories. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, with annual adjustments. The document details specific wage rates and fringe benefits for various trades like insulators, boilermakers, bricklayers, carpenters, electricians, and power equipment operators, including zone definitions for certain crafts based on mileage from major Montana cities. It also addresses Executive Order 13706 for paid sick leave, unlisted classifications, and the appeals process for wage determinations, providing contact information for the Wage and Hour Division of the U.S. Department of Labor.
This government solicitation, W9128F26RA010, outlines specifications for the PH1 & PH2 DC Panel Board Replacement project at Fort Peck Dam, MT, managed by the US Army Corps of Engineers, Omaha District. The project, anticipated for October 2025, involves replacing DC Station Boards, Preferred AC Panels, and Emergency Lighting equipment in Powerhouse 1 and 2, along with feeder wire replacements and concrete base modifications. Optional work includes replacing the 125VDC Battery Panel in Powerhouse 1 and the Switchyard 2 DC Panel for Powerhouse 2. The document details general construction requirements, measurement and payment terms for various Contract Line Item Numbers (CLINs), and other administrative and special requirements, including safety, quality control, environmental protection, and cybersecurity during construction. It mandates adherence to specific footprint and mounting requirements, outlines procedures for temporary power and utility usage, and details payment processes. The project emphasizes strict coordination with government personnel, adherence to safety protocols, and compliance with federal regulations, including the Buy American Act and veterans' employment initiatives.
The solicitation W9128F25RA077 outlines the specifications for the PH1 & PH2 DC Panel Board Replacement project at Fort Peck Dam, MT, managed by the US Army Corps of Engineers, Omaha District. The project encompasses general construction requirements, including protection of existing facilities, dust control, and utility management. Key work items, detailed under specific CLINs, involve replacing control room panels, emergency lighting transfer switches, and DC station boards in Powerhouse 1 and 2, along with optional items like the Switchyard 2 DC Panel and Powerhouse 1 Battery Panel. The contract also details administrative and special requirements such as electronic payroll submissions, veterans' employment emphasis, performance evaluations, antiterrorism/operations security provisions, and cybersecurity for contractor equipment. Contractors must comply with stringent safety, environmental, and quality control standards, including specific requirements for asbestos and lead remediation. Payment terms, insurance, supervision qualifications, and a detailed partnering process are also outlined to ensure project success and adherence to government regulations.
The document is an advertisement for a U.S. Army Corps of Engineers project, Solicitation No. W9128F25RA077, for the Fort Peck Dam in Montana. The project involves the replacement of PH1 & PH2 DC Panel Boards. It includes a cover sheet and a comprehensive list of abbreviations relevant to engineering and construction, indicating the technical nature of the project. The solicitation was issued on October 9, 2025, by the Omaha District of the U.S. Army Corps of Engineers. This document serves as an initial announcement for potential contractors, outlining the project's scope and providing essential technical definitions for those responding to the RFP.
The document is a sign-in sheet for a site visit related to the FP PH1 & 2 DC Panel Board Replacement project, held on November 19, 2025. Attendees included Collin Radakwich from Fort Peck Sr. Electrician and Trene Whitener from FP Tech Branch. This record serves as an attendance log for a site visit, likely a preliminary step in a government RFP or grant process for infrastructure upgrades.
The document is a sign-in sheet for a site visit related to the FP PH1 & 2 DC Panel board Replacement project at the Fort Peck Project on November 19, 2025. It lists attendees from various construction and electrical companies, including Blanchard Construction Company, McKenzie Construction, Loenbro, Baldridge Cadich Corp, and Koontz Electric. The sheet records the names, company affiliations, addresses, phone numbers, and email addresses of the representatives present, with Brandie Murphy identified as the USACE Contracting Contact. The purpose of the document is to record participants at a site visit for a government project, likely a preliminary step in a federal Request for Proposal (RFP) process.
This government solicitation (W9128F26RA010), issued by W071 ENDIST OMAHA, is a Request for Proposal (RFP) for the "FP DC PANEL BOARDS" project at Fort Peck, Montana. The project involves the replacement of 125V DC station boards, preferred AC panels, emergency lighting panels, and transfer switches in Powerhouse 1 and Powerhouse 2, along with main feeder wire replacement and concrete base modifications. There are also option line items for additional panel replacements. The contract is a Firm-Fixed Price type, with work to commence within 10 calendar days of notice to proceed and be completed within 548 days. Liquidated damages of $742 per day will apply for delays. A site visit is scheduled for November 19, 2025, and performance and payment bonds are required for contracts exceeding $150,000. The contractor must perform at least 12% of the total work with its own organization. Various FAR and DFARS clauses are incorporated, covering areas like small business representations, safeguarding information, and labor standards.
This government file is an amendment to Solicitation Number W9128F26RA010, extending the proposal due date from December 19, 2025, to January 16, 2026, at 2:00 PM CST. Issued by W071 ENDIST OMAHA on December 9, 2025, the amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered. The document details procedures for acknowledging amendments and modifying previously submitted offers, emphasizing that failure to acknowledge receipt by the new deadline may result in the rejection of the offer. This modification ensures that all potential contractors have ample time to submit their proposals while maintaining the integrity of the bidding process.
Amendment No. 0002 to Solicitation No. W9128F26RA010, issued by the U.S. Army Corps of Engineers, Omaha District, modifies the Request for Proposal for the Construction of FP DC PANEL BOARDS at Fort Peck, Montana. This amendment, dated December 10, 2025, extends the proposal receipt date to January 16, 2026, at 2:00 p.m. local time, and incorporates revised specifications in Attachment 4 SPECS- AM 0002. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered. All other terms and conditions of the original solicitation remain unchanged.