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 (AFB), Idaho. This opportunity is a 100% Women-Owned Small Business (WOSB) Set-Aside with an estimated magnitude between $250,000 and $500,000. The project involves both design and construction services for a complete backup power system for Building 1293, the Emergency Management Facility (EOC). Proposals are due by May 13, 2026, at 4:30 PM local time.
Scope of Work
This Design-Build (DB) project requires contractors to design, construct, install, test, and commission a full backup generator system. Key tasks include:
- Conducting a comprehensive 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 generator, ATS, and related systems.
- The project will be constructed from 100% design drawings.
Key Requirements & Clarifications
- Phases: The project includes two firm-fixed-price phases: Design Services and Construction Services.
- Equipment: Key equipment specified includes Cummins Onan generator with a subbase double wall fuel tank and Cummins Onan ATS.
- Compliance: Adherence to local, state, and federal codes and standards, including UFC, EM 385-1-1, and NFPA.
- Environmental: Strict environmental controls are required, including waste management and hazardous material handling. Contractors are responsible for testing suspect materials for asbestos, as no prior survey has been conducted.
- GIS Deliverables: GIS data must be provided on CD-ROM in ESRI ARCMAP 10.x or later file geodatabase format, conforming to SDSFIE 4.x and FGDC metadata standards.
- Site Access: Personnel requiring base access must submit requests to the Visitor Control Center two weeks in advance.
- Wage Rates: Compliance with Davis-Bacon Act prevailing wage rates for Elmore and surrounding Idaho counties is mandatory.
- Q&A Highlights: The building utilizes a 200A electrical panel. No specific noise restrictions beyond general compliance. Excess soil can be reused on-base or hauled off-base after testing. Generator sizing for the entire building is acceptable, and the ATS can be located outside if NEMA compliant. The government acknowledges long lead times and will consider phasing plans.
Contract Details
- Type: Solicitation (Firm Fixed-Price for both design and construction).
- Magnitude: $250,000 - $500,000.
- Set-Aside: 100% Women-Owned Small Business (WOSB).
- NAICS Code: 236220 (Commercial and Institutional Building Construction).
- Size Standard: $45.00 Million annual receipts.
- Period of Performance: 280 calendar days from contract award/notice to proceed.
- Bonds: Performance and payment bonds are required within 10 calendar days after award.
Submission & Evaluation
- Offers Due: May 13, 2026, 4:30 PM local time.
- Submission: Electronically to yan.hampp@us.af.mil.
- Evaluation: 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.
Contact Information
Primary Point of Contact: Yan Hampp (yan.hampp@us.af.mil, 208-828-3870).