Powerhouse 1 and 2 DC Panel Board Replacement
ID: W9128F26RA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Similar Opportunities
    MT-YT & CF EXCITATION SYSTEM UPGRADE
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is soliciting proposals for the upgrade of excitation systems at the Canyon Ferry and Yellowtail Powerplants in Fort Smith and Helena, Montana, under solicitation number 140R6026Q0007. The project involves retrofitting existing Eaton/Cutler Hammer ECS-2100 voltage regulators to Basler Electric DECS-2100 models, which includes the installation of new control boards and human-machine interfaces, as well as the removal of outdated hardware. This upgrade is critical for maintaining operational efficiency and safety, as the current systems are beyond their serviceable life, and the estimated cost for a full system replacement is significantly higher than the proposed upgrade. Quotes are due by February 16, 2026, at 1500 MST, and must be submitted via email to the designated contacts. The contract period is set from February 16, 2026, to May 17, 2027, and this opportunity is a Total Small Business Set-Aside under NAICS code 335311.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    Fort Thompson Intake/Pumphouse Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified small business contractors for the construction of a wet well, intake, and pumphouse at Lake Sharpe in Fort Thompson, South Dakota. The project involves installing a new raw water intake system and constructing a pumphouse, which will include various components such as vertical turbine pumps, a zebra mussel mitigation system, and a backup generator. This procurement is significant for enhancing water management and infrastructure at the site, with an estimated construction cost between $5 million and $10 million. Interested contractors must register in the System for Award Management (SAM) and submit technical proposals by the anticipated solicitation release in January 2026; for inquiries, contact Sam McGuffey at sam.k.mcguffey@usace.army.mil or 402-995-2077.
    Y--DK Heart Butte Transformer Pad & Connection
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for the DK Heart Butte Transformer Pad & Connection project, which involves electrical service installation to support the Heart Butte Dam Safety Modification Project. The scope of work includes constructing reinforced concrete pads for a transformer, installing a grounding system, and coordinating with Mor-Gran-Sou Electric Cooperative for transformer installation, requiring contractors to have a minimum of five years of relevant experience. This opportunity is set aside for small businesses under the SBA guidelines, with a total small business size standard of $19 million, and responses, including capability statements, are due by January 9, 2026, to Mitchell Frost at mfrost@usbr.gov.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project involves the installation of advanced sensors and equipment to automate the monitoring of oil levels and leaks, thereby improving accountability and compliance with environmental regulations. This initiative is crucial for minimizing potential oil releases into the Columbia River, as the dam currently contains approximately 400,000 gallons of oil, and aims to fulfill commitments outlined in a settlement agreement with Columbia Riverkeepers. Proposals are due by January 15, 2026, with a project budget estimated between $1 million and $5 million. Interested contractors should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.