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 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.
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.