Fort Thompson Intake/Pumphouse Construction

SOL #: W9128F26BA018Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST OMAHA
OMAHA, NE, 68102-4901, United States

Place of Performance

Fort Thompson, SD

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Restoration Of Real Property (Public Or Private) (Y1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Mar 2, 2026, 7:00 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) Omaha District is soliciting proposals for the Fort Thompson Intake/Pumphouse Construction project in Fort Thompson, South Dakota. This is a Firm Fixed-Price contract, procured via a Two-Step Invitation for Bid (IFB), for the construction of a new raw water intake system, wet well, and pump house at Lake Sharpe. This opportunity is a Total Small Business Set-Aside. Step One technical proposals are due March 2, 2026.

Scope of Work

The project involves the construction of a wet well, water intake, and pump house, including mobilization, waterline installation, and seeding/demobilization. Detailed technical specifications cover general construction elements such as concrete, masonry, metals, thermal and moisture protection, openings, finishes, plumbing, HVAC, electrical, earthwork, utilities, and marine construction. A key component is the engine-generator set system, requiring a DC starting system, compliant battery charger, engine speed governor, and a synchronous generator with specific performance standards and safety features. Compliance with numerous industry standards (e.g., SAE, UL, NEMA, NFPA, MIL-STD-461) is required.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Estimated Magnitude: Between $5,000,000 and $10,000,000
  • Period of Performance: 365 calendar days after Notice to Proceed (NTP)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
  • Size Standard: $45,000,000.00

Evaluation & Submission

This procurement uses a Two-Step Sealed Bidding method (FAR Part 14.5):

  • Step One: Offerors must submit technical proposals only, without any pricing information. These proposals will be evaluated for technical acceptability. Only firms with acceptable technical proposals will be invited to Step Two.
  • Step Two: An amendment will be issued to technically acceptable bidders, who will then submit priced bids. The normal sealed bidding process (FAR Part 14) will be followed. Bid bonds are required with Step Two submissions, and 100% Payment and Performance Bonds are required at contract award.
  • Submission: Electronic submission is required. Contractors must be registered and have active, verified accounts in SAM.gov, with NAICS 237990 included in their profile.

Key Dates & Information

  • Site Visit: Tuesday, February 10, 2026, at 1:00 PM Central Time. Location: USACE Big Bend Administration Office, Fort Thompson, SD. Details are in clause 52.236-27.
  • Step One Technical Proposal Due: March 2, 2026, at 01:00 PM local time.
  • Published Date: January 31, 2026.
  • Attachments: Includes a Wage Determination (SD20260032) for prevailing wage rates and a Past Performance Questionnaire (Form PPQ-0) for client feedback.
  • Questions: All questions must be submitted via ProjNet as specified in Section 00 22 00 of the solicitation.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Feb 5, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 31, 2026
Version 1
Pre-Solicitation
Posted: Dec 16, 2025
View