Y--Alcova-Boysen Thermopolis-Worland Tap OPGW
ID: 89503225BWA000068Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFWESTERN-ROCKY MOUNTAIN REGIONLOVELAND, CO, 80538, 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-Rocky Mountain Region, is seeking qualified small businesses for the Alcova-Boysen Thermopolis-Worland Tap OPGW project, as indicated in a special notice. The procurement involves the construction of power and communication line structures, with a recent amendment updating the project documentation to replace an attachment with a new file containing an embedded .kmz file. This project is critical for enhancing the infrastructure related to power and communication lines, ensuring reliable service in the region. Interested parties can reach out to John W. Pratt at jpratt@wapa.gov or call 720-962-7166 for further details regarding the submission process and requirements.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    MMO: HARDWARE FOR GTF-CON NEEDED BY SPRING 2026
    Buyer not available
    The Department of Energy is seeking proposals from small businesses for the procurement of hardware necessary for the GTF-CON project, with a delivery deadline set for Spring 2026. This solicitation is part of a Total Small Business Set-Aside initiative, aimed at enhancing the capabilities of the Western Upper Great Plains Region. The goods required fall under the NAICS code 335999, which pertains to miscellaneous electrical equipment and component manufacturing, highlighting their significance in supporting energy-related projects. Interested vendors can reach out to Jeremy John Schafer at Schafer@wapa.gov or by phone at 605-353-2581 for further details regarding the solicitation process.
    Justification - Wireless Telecommunication Services for the Department of Energy (DOE), Environmental Management Consolidated Business Center (EMCBC) and Portsmouth/Paducah Project Office (PPPO)
    Buyer not available
    The Department of Energy (DOE) is seeking to contract wireless telecommunication services for its Environmental Management Consolidated Business Center (EMCBC) and the Portsmouth/Paducah Project Office (PPPO) through a limited sources justification. This procurement is being conducted under the authority of the Multiple Award Schedule Program, as outlined in Federal Acquisition Regulation (FAR) 8.401, and aims to fulfill specific telecommunication needs essential for the effective management of environmental projects. The contract will be awarded on a limited sources basis, as required by FAR 8.405-6(a), emphasizing the importance of specialized services in the telecommunications sector. Interested parties can reach out to Michael G. McCreanor at michael.mccreanor@emcbc.doe.gov for further details regarding this opportunity.
    H--Annual software maintenance and support for Enoserv RTS
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) intends to issue a sole source contract for annual software maintenance and support for the Enoserv RTS system. This procurement aims to ensure the continued functionality and support of critical software used in energy management and operations. Interested parties are invited to submit capability statements demonstrating their ability to meet the government's requirements, as this notice serves informational purposes only and is not a request for competitive quotes. Responses must be submitted within five calendar days of this notice, and inquiries can be directed to Mary K. Pfeifle at pfeifle@wapa.gov or by phone at 605-353-2643.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    Auto Parts Blanket Purchase Agreement
    Buyer not available
    The Department of Energy, specifically the Western Area Power Administration (WAPA) in the Rocky Mountain Region, is seeking to establish a Blanket Purchase Agreement (BPA) for the supply of automotive parts. This procurement is set aside for small businesses and aims to fulfill the needs of WAPA's operations in Loveland, Colorado, with a focus on items categorized under Heavy Duty Truck Manufacturing and miscellaneous engine accessories. The selected vendor will be responsible for providing pricing for each item listed in the attached documentation, which is critical for determining the overall procurement strategy. Interested parties should direct their inquiries to Cody Martin at ctmartin@wapa.gov or by phone at 701-221-4515 for further details.
    Enhanced Frequency Response for Run-of-River Hydropower Plants
    Buyer not available
    The Department of Energy is seeking collaboration with industry partners to license an innovative control policy aimed at enhancing frequency response for run-of-river hydropower plants (RoR HPPs). The objective is to integrate energy storage systems to improve the stability and operational efficiency of these plants, enabling them to provide grid support and facilitate the formation of microgrids. This technology is particularly significant as it addresses the need for improved grid management and resilience, especially for the thousands of RoR HPPs across the U.S. Interested companies can reach out to the Technology Deployment department at Idaho National Laboratory via email at td@inl.gov for further engagement regarding licensing opportunities.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN WY AND CO
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB WAVE service between Wyoming and Colorado. This procurement is aimed at enhancing telecommunications capabilities and is classified under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is a request for quote (RFQ) and will utilize a lowest price technically acceptable (LPTA) evaluation process, with all proposals due by the specified deadline outlined in the attached solicitation. Interested vendors must have a DITCO Basic Agreement and can contact Angelina Hutson or Jennifer Voss via email for further information.
    Sam Rayburn Switchyard
    Buyer not available
    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 including 8(a), HUBZone, SDVOSB, and WOSB, must submit their responses by November 20, 2025, at 2:00 PM CST, detailing their capabilities and relevant experience, with the estimated construction value being 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.
    WY FLAP SHE 26(1), Red Grade Road, Phase 1
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY FLAP SHE 26(1) Red Grade Road, Phase 1 project in Wyoming. The objective of this procurement is to rehabilitate, widen, and realign approximately 2.6 miles of Red Grade Road to improve access to the Bighorn National Forest and Bureau of Land Management lands, addressing substandard roadway conditions and safety issues. This project is significant for enhancing infrastructure in mountainous terrain, with an estimated cost range of $10 million to $20 million and construction anticipated to begin in May 2026 and conclude by November 2027. Interested parties can contact Laura Slauter or Kelly Palmer at cflacquisitions@dot.gov for further information.
    CON ENG Bearlodge Shop Sewer Repair
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.