Fort Randall Remote IO and Annunciation Panel Supply
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 U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the supply of Fort Randall Remote IO and Annunciation Panels. This project aims to upgrade and unify the Annunciation system and data recorders at the Fort Randall Powerhouse in Pickstown, SD, providing a modern Sequence of Events Recorder (SER) and reducing alarm noise. The solicitation is Unrestricted and open to both large and small businesses. Proposals are due April 3, 2026.
Scope of Work
The contractor shall supply two pre-built panels, fully equipped with all necessary components, parts, and wiring, assembled and installed on a 19-inch rack, ready for insertion. The contractor is responsible for engineering and manufacturing these panels. Government personnel will perform the on-site installation, with the contractor providing technical support.
Key Requirements
- Supply two pre-built remote Input/Output (IO) panels.
- Panels must include specific Schweitzer Engineering Laboratories (SEL) brand name components (e.g., SEL Axion, RTAC module, RTAC, Port Server, Fiber Optic Transceivers) due to compatibility with existing systems. While SEL products are required, they can be supplied by any distributor.
- Panels must be assembled on a 19" rack, fully wired, and ready to bolt into a frame.
- Provide DoD unique identification.
- Design review and approval by the Government is required before fabrication.
- Adherence to detailed technical specifications (FTRREMOIO) and electrical materials/methods (SECTION 26 05 00.00 26) is mandatory.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Unrestricted (Full and Open Competition).
- NAICS Code: 334513 – Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (Size Standard: 750 employees).
- Product Service Code: 6110 - Electrical Control Equipment.
- Delivery: 120 calendar days after award.
- Estimated Value: The SEL equipment component is estimated at $35,000.
Submission & Evaluation
- Offer Due Date: April 3, 2026, at 02:00 PM (Central Time).
- Submission Method: Electronic submission of signed and dated offers in PDF format (max 25 pages, price worksheet excluded) to Brianna.N.Wohlers@usace.army.mil.
- Evaluation Factors: Technical (Schedule, Past Performance) and Price. Technical and Past Performance combined are approximately equal to Price.
- Questions: Submit in writing to Brianna.N.Wohlers@usace.army.mil no later than seven (7) calendar days prior to the proposal due date.
Place of Performance
US Army Corps of Engineers, Fort Randall Project, 399 Powerhouse Rd, Pickstown, SD 57367.
Point of Contact
Brianna Wohlers, Contract Specialist, Brianna.N.Wohlers@usace.army.mil.
Important Notes
Offerors must be registered in SAM.gov. Payment will be made after delivery and final acceptance.