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, Idaho. This opportunity, valued between $250,000 and $500,000, is a 100% Women-Owned Small Business (WOSB) Set-Aside. The project involves designing, constructing, and commissioning a complete backup generator system for the Emergency Management Facility (EOC), Building 1293. Proposals are due by April 29, 2026.
Scope of Work
The project is a Design-Build (DB) effort requiring a full set of construction documents, design, construction, installation, testing, and commissioning of a turn-key emergency power system. Key tasks include:
- Conducting a comprehensive facility electrical load study for Building 1293.
- Providing architectural and engineering services for signed and sealed construction documents.
- Designing and developing drawings and specifications for the generator, automatic transfer switch (ATS), fuel system, structures, and associated electrical, structural, and civil site work.
- Installing and commissioning the specified Cummins Onan generator with a subbase double-wall fuel tank and Cummins Onan ATS.
- Ensuring compliance with applicable local, state, federal codes, and standards, including UFC, EM 385-1-1, and NFPA.
Contract & Timeline
- Contract Type: Solicitation for a Firm Fixed-Price contract, structured in two phases: Design Services (Phase 1) and Construction Services (Phase II).
- Period of Performance: 280 calendar days from the date of contract award.
- Estimated Magnitude: $250,000 to $500,000.
- Set-Aside: 100% Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45.00 Million.
- Proposal Due Date: April 29, 2026, 22:30 UTC.
- Published Date: April 14, 2026.
Submission & Evaluation
- Submission Method: Offers must be submitted electronically to yan.hampp@us.af.mil.
- Evaluation Criteria: Price and Past Performance.
- Bonds: Performance and payment bonds are required within 10 calendar days after award.
Key Requirements & Attachments
- Site Visit: Offerors are urged to inspect the site. Contact Yan V. Hampp at 208-828-3870 to arrange.
- Wage Rates: Bidders must adhere to the prevailing wage rates and fringe benefits specified in General Decision Number ID20260020 for Elmore and surrounding Idaho counties.
- Environmental Controls: Strict compliance with environmental protection requirements, including stormwater management, waste management, and pollution control, as detailed in the "Temporary Environmental Controls" document.
- GIS Deliverables: Project close-out requires submission of GIS data conforming to ESRI ARCMAP 10.x or later file geodatabase format and SDSFIE 4.x standards.
- Base Access: Personnel requiring base access must follow specific procedures, including submitting requests to the VCC two weeks in advance.
- Attachments: Include SOW, Wage Determinations, Building Layouts (B1293), MHAFB and Road Overviews, and Environmental Control documents.