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 "Fort Randall Remote IO and Annunciation Panel Supply". This project aims to upgrade and unify the Annunciation system and data recorders in the Fort Randall Powerhouse by supplying two pre-built remote Input/Output (IO) panels. The acquisition is Unrestricted, open to both large and small businesses. Proposals are due April 3, 2026, at 02:00 PM CT.
Scope of Work
The contractor shall provide two pre-built panels, including all necessary equipment, components, parts, pieces, and wiring, ready to be inserted into a bay. The completed panels must be assembled and installed on a 19-inch rack, fully wired and assembled, ready to bolt into the frame. The contractor is responsible for engineering and manufacturing the panels and providing DoD unique identification. While Government personnel will perform on-site installation, the contractor must provide installation technical support via phone or email. A design review and approval by the Government are required before fabrication or procurement.
Technical Specifications
Detailed technical requirements are outlined in "SECTION 26 05 00.00 26 BASIC ELECTRICAL MATERIALS AND METHODS." This document specifies requirements for general materials, products, and execution, including compliance with standards (ASTM, IEEE, NECA, NEMA, NFPA, UL), conduit, raceways, boxes, enclosures, and control equipment. It also covers demolition, installation, painting, inspection, and testing procedures, which are crucial for bidders to understand the expected quality and performance.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Delivery: 120 calendar days after award.
- Set-Aside: Unrestricted (Open to Both Large and Small Business Participation).
- NAICS Code: 334513 – Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (Size Standard: 750 employees).
- Proposal Due: April 3, 2026, 02:00 PM CT.
- Published Date: March 3, 2026.
Submission & Evaluation
Offers must be submitted electronically as signed and dated PDF documents to Brianna.N.Wohlers@usace.army.mil. Proposals should not exceed 25 pages, excluding the price worksheet. Evaluation will consider Technical factors (Schedule, Past Performance) and Price, with Technical and Past Performance combined being approximately equal to Price. Required proposal content includes company information (SAM, UEI, CAGE, TIN), solicitation number, contact details, technical/past performance/price information, agreement to terms, and amendment acknowledgment. Questions must be submitted in writing to the Contract Specialist at least seven calendar days prior to the proposal due date.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov/ to access solicitation documents and maintain current annual representations and certifications. Minimum insurance requirements, including Workman's Compensation, General Liability, and Automobile Liability, apply. The U.S. Army Corps of Engineers is exempt from state and local taxes.