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 100% Women-Owned Small Business (WOSB) set-aside opportunity seeks a contractor to design, construct, install, test, and commission a complete backup power system for Building 1293. The estimated project magnitude is between $250,000 and $500,000. Proposals are due by April 29, 2026, at 4:30 PM local time.
Scope of Work
The project involves a two-phase, firm-fixed-price approach:
- Phase 1: Design Services - Develop comprehensive construction documents, including a facility electrical load study to determine existing demands and required generator capacity. Provide architectural and engineering services for signed and sealed documents.
- Phase 2: Construction Services - Execute the design, construction, installation, testing, and commissioning of the backup generator system. This includes site investigation, design for the generator, automatic transfer switch (ATS), fuel system, associated electrical, structural, and civil site work. Key equipment specified includes a Cummins Onan generator with a subbase double wall fuel tank and a Cummins Onan automatic transfer switch.
The place of performance is Building 1293, 359 Ready Road, Mountain Home AFB, Idaho. The period of performance is 280 calendar days from the date of contract award.
Key Requirements & Deliverables
- Design Submittals: Required at 35%, 65%, 95%, and 100% stages for government review.
- Compliance: Adherence to applicable local, state, federal codes, UFC, EM 385-1-1, and NFPA standards.
- Personnel: Specific qualifications are required for the Superintendent, Quality Control Manager, Site Safety and Health Officer, and Environmental Manager.
- Site Access & Security: Contractors must comply with site-specific security protocols, including background checks and base entry requests (requiring a two-week lead time).
- Environmental Controls: Strict adherence to environmental protection requirements, including waste management, stormwater prevention, and resource protection, as detailed in the "Temporary Environmental Controls" document.
- GIS Deliverables: Project close-out requires submission of GIS data conforming to specified formats (ESRI ARCMAP 10.x, AutoCAD 2017+) and standards (SDSFIE, FGDC metadata).
- Wage Rates: Davis-Bacon Act wage determinations (ID20260020) apply for Elmore County, Idaho.
- Project Close-out: Includes final acceptance inspection, punch list completion, red-lined/as-built drawings, electrical load study report, DD Form 1354, and warranties.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: 100% Women-Owned Small Business (WOSB)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Size Standard: $45.00 Million
- Evaluation: Award will be based on Price and Past Performance.
- Bonds: Performance and payment bonds are required within 10 calendar days after award.
Submission & Important Dates
- Proposals Due: April 29, 2026, at 4:30 PM local time (Mountain Home AFB, ID).
- Submission Method: Electronically to yan.hampp@us.af.mil.
- Site Visit: Offerors are urged to inspect the site. Contact Yan V. Hampp at 2088283870 to arrange.