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 Department of Defense, through 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 in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.

    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 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.
    Similar Opportunities
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    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.
    Fort Gibson Station Service 480V Switchgear Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking contractors for the Fort Gibson Station Service 480V Switchgear Replacement project. This procurement involves the replacement of critical electrical infrastructure, which is essential for maintaining operational capabilities at the facility. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is categorized under the PSC code Y1PZ for construction of other non-building facilities. Interested contractors should note that amendments have been issued to provide site visit information and extend the proposal due date; for further details, they should contact Miguel Martinez at miguel.a.martinez2@usace.army.mil.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    Industry Day Announcement for The Dalles transformers 9,10,11 repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is hosting an Industry Day to discuss the repair of transformers 9, 10, and 11 at The Dalles Dam in Oregon. The objective is to gather industry input on construction risks and capabilities related to the repair and improvement of these critical electrical components, which are essential for maintaining the dam's operational integrity. This event will provide an overview of the project scope, environmental considerations, and opportunities for networking, with a focus on enhancing contractor understanding of USACE's specifications and requirements. Interested firms must RSVP by December 12, 2025, to participate in the virtual meeting scheduled for January 29, 2026, and can contact Joseph B. Jarvis at joseph.b.jarvis@usace.army.mil for further details.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Buyer not available
    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 focuses on implementing automated oil accountability measures to minimize potential oil releases into the Columbia River, thereby improving environmental compliance and operational efficiency. This initiative is critical for managing approximately 400,000 gallons of oil at the dam and fulfilling obligations under a settlement agreement with Columbia Riverkeepers. Proposals are due by December 15, 2025, at 11:00 AM PST, with a construction budget estimated between $1,000,000 and $5,000,000. Interested parties should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors 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 crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.
    Ft. Buchanan Microgrid
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey for the construction of a microgrid at Fort Buchanan, Puerto Rico. This project involves the design and installation of a microgrid system featuring twelve 570 KW diesel generators, a battery energy storage system, and various supporting infrastructure, aimed at enhancing energy resilience and operational continuity. The estimated contract duration is approximately 1,141 calendar days, with a projected cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must submit their responses by December 8, 2025, at 2:00 PM Eastern Time, to Henry Caldera at henry.c.caldera@usace.army.mil.
    Spare Transformers for the Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.