Design and Build Back Up Generator

SOL #: FA489726Q0005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4897 366 CONS PKP
MOUNTAIN HOME AFB, ID, 83648-5296, United States

Place of Performance

Mountain Home AFB, ID

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
Apr 27, 2026
3
Submission Deadline
Apr 29, 2026, 10:30 PM

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-Build Backup Generator project at Mountain Home Air Force Base, ID. This opportunity involves the design, construction, installation, testing, and commissioning of a complete and functional emergency power system for Building 1293. This is a 100% Women-Owned Small Business (WOSB) Program Set-Aside. The estimated project magnitude is between $250,000 and $500,000. Proposals are due by April 29, 2026, at 10:30 PM UTC.

Scope of Work

The project requires a Design-Build approach, encompassing:

  • Developing full construction documents.
  • Executing design, construction, installation, testing, and commissioning of a turn-key emergency power system for the Emergency Management Facility (EOC), Building 1293, located at 359 Ready Road.
  • Conducting a comprehensive facility electrical load study to determine existing demands and calculate required generator capacity.
  • Providing architectural and engineering services for signed and sealed construction documents.
  • Performing site investigation, electrical load analysis, and designing for the generator, Automatic Transfer Switch (ATS), fuel system, structures, and associated electrical, structural, and civil site work.
  • Installation and commissioning of the generator, ATS, and related systems.

Contract & Timeline

  • Contract Type: Solicitation (Firm-Fixed-Price for both Design Services (Phase 1) and Construction Services (Phase II)).
  • Set-Aside: 100% Women-Owned Small Business (WOSB).
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45.00M size standard.
  • Period of Performance: 280 calendar days from the date of contract award.
  • Proposal Due Date: April 29, 2026, at 10:30 PM UTC.
  • Submission: Electronically to yan.hampp@us.af.mil.
  • Evaluation: Based on Price and Past Performance.
  • Bonds: Performance and payment bonds are required within 10 calendar days after award.

Key Clarifications & Requirements

Recent Q&A responses provide critical details:

  • Electrical Panel: Building 1293 utilizes a 200A panel.
  • Hazardous Materials: Asbestos is a possibility; contractor is responsible for testing suspect materials as no survey has been conducted.
  • Phasing: Not a requirement, but contractors can propose a phasing plan, which the government will consider given long lead times for items like generators.
  • Generator Sizing: Acceptable to size the emergency backup generator to service the entire building as currently configured.
  • ATS Location: ATS and ancillary gear can be located outside if NEMA enclosure requirements are met.
  • GIS Deliverables: 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, with metadata.
  • Wage Rates: Bidders must comply with Davis-Bacon Act wage determinations (ID20260020) for Elmore and surrounding Idaho counties.
  • Environmental Controls: Strict compliance with federal, state, and local environmental regulations, including detailed plans for stormwater, erosion, waste management, and hazardous materials.

Additional Notes

  • Site Visit: Offerors are urged to inspect the site. Contact Yan V. Hampp at 2088283870 to arrange.
  • Site Access: Requires submission of an Installation Access Pass request to the VCC two weeks prior to access.
  • Key Equipment: The SOW specifies Cummins Onan generator with a subbase double wall fuel tank and Cummins Onan automatic transfer switch.
  • Design Submittals: Required at 35%, 65%, 95%, and 100% stages for government review.
  • Project Close-out: Includes final acceptance, punch list, red-lined/as-built drawings, electrical load study, DD Form 1354, and GIS data.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Apr 27, 2026
View
Version 6
Solicitation
Posted: Apr 22, 2026
View
Version 5Viewing
Solicitation
Posted: Apr 22, 2026
Version 4
Solicitation
Posted: Apr 14, 2026
View
Version 3
Solicitation
Posted: Apr 14, 2026
View
Version 2
Solicitation
Posted: Apr 2, 2026
View
Version 1
Solicitation
Posted: Mar 27, 2026
View