Fire Hydrant Replacement
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
Battelle Energy Alliance, LLC (BEA), managing the U.S. Department of Energy's Idaho National Laboratory (INL), is seeking Expressions of Interest (EOI) from qualified vendors for fire hydrant replacement services at the Specific Manufacturing Capability (SMC) facility in Idaho Falls, ID. This EOI is the initial step to identify potential bidders for a future Request for Proposal (RFP). Responses are due March 27, 2026.
Scope of Work
The scope of work for fire hydrant replacement may include:
- Removal and disposal of existing fire hydrants.
- Installation of new hydrants and associated piping connections.
- Verification of water supply and pressure requirements.
- Compliance with applicable safety, environmental, and fire protection standards.
- Testing and commissioning to ensure proper functionality.
Process & Timeline
- Type: Expression of Interest (EOI) / Sources Sought
- Purpose: To inform the development of a formal solicitation list and potential RFP.
- Set-Aside: None specified.
- Response Due: March 27, 2026
- Published: February 25, 2026
Submission Requirements
Interested vendors should submit an EOI including:
- Company name and point of contact.
- Description of relevant fire hydrant replacement capabilities and experience.
- NAICS codes and business size classification.
- Any existing DOE or federal contracting experience (if applicable). Submissions should be sent to Chase.Egbert@inl.gov.
Evaluation
Responses will be used to identify interested and qualified vendors. Only select respondents, as determined by BEA, will receive an invitation to participate in the anticipated RFP solicitation process.
Additional Notes
For construction, alteration, or repair contracts exceeding $2,000 at INL, the Davis-Bacon Act applies, and such work is subject to the INL Site Stabilization Agreement (SSA). Information submitted as part of the EOI may be business sensitive or proprietary and should be marked accordingly.