Y--Philip North Switching Station Stg 01 SouthDakota
ID: 89503426BWA000062Type: Special Notice
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFWESTERN-UPPER GREAT PLAINS REGIONBILLINGS, MT, 59101, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Department of Energy, specifically the Western Upper Great Plains Region, is seeking contractors for the construction of the Philip North Switching Station, Stage 01, located in South Dakota. This procurement is a total small business set-aside, aimed at firms within the Power and Communication Line and Related Structures Construction industry, as defined by NAICS code 237130. The project is critical for enhancing the electrical infrastructure and ensuring reliable power distribution in the region. Interested contractors can reach out to Curtis J. Richter at richter@wapa.gov or by phone at 701-221-4514 for further details regarding the opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    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.
    Y--Pre-Solicitation Synopsis - COTP Design-Build
    Energy, Department Of
    The Department of Energy is preparing to solicit bids for the California Oregon Transmission Project (COTP) Series Capacitor Bank Two-Phase Design-Build Construction Project. This procurement aims to engage qualified contractors to undertake the design and construction of a series capacitor bank, which is crucial for enhancing the efficiency and reliability of power transmission in the region. The project falls under the NAICS code 237130, which pertains to the construction of power and communication line structures, highlighting its significance in supporting utility infrastructure. Interested contractors can reach out to Jonathan D. Dittmer at dittmer@wapa.gov or call 605-353-2641 for further details as the presolicitation notice indicates upcoming opportunities for engagement.
    59--69KV REPLACEMENT BUSHINGS - MILES CITY MT
    Energy, Department Of
    The Department of Energy is seeking qualified vendors to provide replacement bushings for electrical equipment in Miles City, Montana. This procurement is specifically set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 335999, which pertains to miscellaneous electrical equipment and component manufacturing. The replacement bushings are critical components for maintaining the functionality and reliability of electrical systems, ensuring continued service and safety. Interested parties can reach out to Mary K. Pfeifle at pfeifle@wapa.gov or call 605-353-2643 for further details regarding the solicitation process.
    Pactola Loop B Campground Reconstruction Project
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Pactola Loop B Campground Reconstruction Project located in the Black Hills National Forest, Pennington County, South Dakota. This project, part of a Congressionally directed initiative under the Great American Outdoors Act, aims to enhance the campground's capacity and amenities, including road improvements, the construction of a new trailhead, and upgrades to the water system. The anticipated contract, valued between $1,000,000 and $5,000,000, is designated as a total small business set-aside, with a firm fixed-price structure governed by Federal Acquisition Regulation Part 12. Interested parties must submit a Statement of Capability by January 12, 2025, and are encouraged to attend a mandatory pre-bid site visit on January 6, 2026, at 12:00 p.m. Mountain Time. For further inquiries, contact Janice King at janice.king@usda.gov or Lucas Dahlman at lucas.dahlman@usda.gov.
    59--ELECTRICAL HARDWARE STOCK REPLENISHMENT
    Energy, Department Of
    The Department of Energy, specifically the Western-Rocky Mountain Region, is seeking proposals for the replenishment of electrical hardware stock. This procurement is designated as a Total Small Business Set-Aside, aimed at supporting small businesses in the Noncurrent-Carrying Wiring Device Manufacturing industry, as classified under NAICS code 335932. The goods being sought, categorized under PSC code 5975, are essential for maintaining operational efficiency and reliability in electrical systems. Interested vendors can reach out to Cody Martin at ctmartin@wapa.gov or call 701-221-4515 for further details regarding the solicitation process.
    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.
    Sam Rayburn Switchyard
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses, must submit their responses detailing their capabilities, business size, and bonding capacity by 2:00 PM CST on January 9, 2026, with an estimated construction budget of less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    P200 High Voltage Power Substation Suppliers
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking information from potential suppliers of high voltage power substations for the P200 Nuclear Power Training Facility Simulation Expansion at Joint Base Charleston, South Carolina. The objective is to identify commercially available suppliers capable of designing and constructing a 115kV to 13.8kV substation that connects to the Dominion Energy South Carolina energy grid. This procurement is critical for enhancing the training capabilities at the facility, which will include a high-bay simulator and various support areas. Interested vendors must submit a capabilities statement package by 15:00 Eastern Time on January 2, 2026, to the designated contacts, Dennis Bourgault and Lindsay Betteridge, via email, with no reimbursement for costs incurred in response to this notice.
    Fiber Optic Overhead Ground Wire (OPGW), Vail-Tort
    Energy, Department Of
    The Department of Energy, specifically the Western Area Power Administration's Desert Southwest Region, is seeking qualified contractors for the Fiber Optic Overhead Ground Wire (OPGW) project, which involves the Tucson to Vail segment of the Vail-Tortolita Project. The procurement aims to supply fiber optic cables essential for enhancing communication and operational efficiency within the power transmission infrastructure. This project is critical for ensuring reliable power delivery and improving the overall functionality of the electrical grid. Interested small businesses are encouraged to reach out to Timothy Robert Kramer at kramer@wapa.gov or call 602-605-2685 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.