Design and Build Back Up Generator
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for a Design and Build Backup Generator project at Mountain Home Air Force Base, ID. This project involves the comprehensive design, construction, and commissioning of an emergency power system for Building 1293. This opportunity is a 100% Women-Owned Small Business (WOSB) Set-Aside. Offers are due by May 13, 2026.
Scope of Work
This Design-Build (DB) project requires contractors to develop full construction documents and execute the design, construction, installation, testing, and commissioning of a complete backup generator system for the Emergency Management Facility (EOC), Building 1293, located at 359 Ready Road, Mountain Home AFB.
Key components of the scope, as detailed in the SOW Addendum, include:
- CLIN 1: Installation of a new Cummins/Onan Emergency Generator with an integrated fuel system, including testing, commissioning, and operator training.
- CLIN 2: Construction of a new concrete generator pad, involving grading and excavation.
- CLIN 3: Provision of all other necessary materials and equipment, such as the Automatic Transfer Switch (ATS), conductors, and breakers.
- A comprehensive facility electrical load study to determine existing demands and required generator capacity.
- Provision of architectural and engineering services for signed and sealed construction documents.
Contract Details
- Contract Type: Firm Fixed-Price for both design and construction services.
- Estimated Magnitude: Between $250,000 and $500,000.
- Period of Performance: 280 calendar days from the date of contract award or notice to proceed.
- Set-Aside: 100% Women-Owned Small Business (WOSB).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.00 Million.
Key Clarifications & Requirements
- Site Visit: Offerors are urged to inspect the site. Contact Yan V. Hampp at 208-828-3870 to arrange.
- Environmental Controls: Strict compliance with federal, state, and local environmental regulations is required, including waste management, pollution prevention, and resource protection. A site-specific safety plan is also mandatory.
- GIS Deliverables: GIS data must be provided on CD-ROM in ESRI ARCMAP 10.x or later file geodatabase format, conforming to SDSFIE AF Adaption release 4.0.3.X standards.
- Hazardous Materials: While lead-based paint is not a concern, asbestos is a possibility. The contractor is responsible for testing suspect materials prior to disturbance, as no hazardous material survey has been conducted.
- Phasing: Phasing is not a requirement, but contractors may propose a phasing plan, which the government will consider given long lead times for items like generators.
- Generator Sizing: It is acceptable to size the emergency backup generator to service the entire building. The ATS and ancillary gear can be located outside if NEMA compliant.
Submission & Evaluation
- Offers Due: May 13, 2026, by 4:30 PM local time.
- Submission Method: Electronically to yan.hampp@us.af.mil.
- Evaluation Criteria: Proposals will be evaluated based on Price and Past Performance. The Government reserves the right to award to an offeror with a higher price if they demonstrate more favorable past performance.
- Bonds: Performance and payment bonds are required within 10 calendar days after award.