ELECTRICAL SWITCHING STATION NORTH, WATERVLIET ARSENAL, NEW YORK

SOL #: W912DS26RA015Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW YORK
NEW YORK, NY, 10278-0004, United States

Place of Performance

Watervliet, NY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Industrial Buildings (Y1EZ)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 11, 2026
2
Last Updated
Apr 29, 2026
3
Submission Deadline
May 19, 2026, 6:00 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 U.S. Army Corps of Engineers (USACE) New York District (NAN) is soliciting proposals for the construction of an Electrical Switching Station North at Watervliet Arsenal, New York. This project aims to install a switching station capable of feeding 4000 kW of power into the existing south switch station, providing critical backup power. This is an unrestricted solicitation with a Hubzone preference, and a Firm Fixed Price (FFP) construction contract will be awarded via a Best Value Trade Off process. Proposals are due May 19, 2026, at 2:00 PM EST.

Scope of Work

The project entails the construction of a new electrical switching station facility, including the procurement and installation of four (4) 2MW generators. The scope also covers the installation of electric manholes, duct bank, grounding cable, fencing, switchgear, transfer switches, cables, splices, connections, paving, walks, curbs, gutters, and utilities testing and commissioning. All necessary utility interconnections to bring fuel to the power generation facility and connect the new switching station to the existing system are required. Additionally, the project includes space, racks, pathways, and cabling for CCTV and IDS, along with a complete card access control (CAC) system.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) construction contract.
  • Magnitude: Estimated between $10,000,000 and $25,000,000.
  • Period of Performance: Approximately 1081 calendar days from the Notice to Proceed date.
  • NAICS Code: 236220 (Commercial & Institutional Building Construction), with a size standard of $45,000,000.
  • Set-Aside: Unrestricted for full and open competition, with a Hubzone preference.

Submission & Evaluation

  • Proposal Due Date: May 19, 2026, at 2:00 PM EST.
  • Submission Method: Proposals must be submitted electronically via PDF to the Contract Specialist and Contracting Officer. Offers are to be valid for 120 calendar days.
  • Evaluation Strategy: A Best Value Trade Off approach will be used. Technical factors (Past Performance; Proposed Contract Duration, Phasing and Summary Schedule; Technical Approach; and Small Business Participation Plan and Past Utilization of Small Business) combined are approximately equal in importance to Price. Past Performance is the most important technical factor. The Government reserves the right to accept other than the lowest priced offer.
  • Requirements: Offerors must submit a price for every CLIN. A bid guarantee is required, calculated as 20% of the bid price or $3 Million, whichever is less.

Key Specifications & Requirements

The project involves extensive construction specifications across various divisions, including general requirements, demolition, materials & systems (e.g., concrete, masonry, metals, electrical, communications, security), and specialized systems (e.g., geotechnical, fuel, underground electrical distribution, telecommunications, fire alarm, electronic security, utility monitoring and control systems, lightning protection, and pavement). Strict adherence to federal, state, and local regulations, EM 385-1-1 safety standards, a Construction Waste Management Program (66% diversion), an Indoor Air Quality (IAQ) Construction Management Plan, and cybersecurity requirements for control systems are mandatory. Bidders must utilize Primavera P6 for scheduling and RMS CM for project management. Detailed drawings are provided and are critical for accurate bidding and project execution.

Contact Information

Direct all contracting questions to the Contracting Specialist, Orlando Nieves, at Orlando.Nieves@usace.army.mil, or the Contract Officer, Mr. Nicholas Emanuel, at Nicholas.P.Emanuel@usace.army.mil. Inquiries must be submitted via email no later than 7 calendar days prior to the receipt of offers.

People

Points of Contact

Orlando NievesPRIMARY
Matthew LubiakSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Apr 29, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 17, 2026
Version 1
Pre-Solicitation
Posted: Feb 11, 2026
View