Fort Thompson Intake/Pumphouse Construction
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 (USACE) Omaha District is soliciting proposals for the Fort Thompson Intake/Pumphouse Construction project at Lake Sharpe, Fort Thompson, South Dakota. This is a Total Small Business Set-Aside opportunity, utilizing a Two-Step Invitation for Bid (IFB) process. The project involves constructing a wet well, water intake, and pump house, with an estimated magnitude between $5,000,000 and $10,000,000. Step-One technical proposals are due March 2, 2026.
Scope of Work
The selected contractor will construct a new raw water intake system and a new pump house on Lake Sharpe. The scope includes mobilization, construction of the pumphouse and its components, waterline installation, and seeding/demobilization. Detailed technical specifications cover general construction elements, an engine-generator set system with specific performance standards, and safety systems. The project also involves adherence to comprehensive drawings across various disciplines including General, Geotechnical, Site/Civil, Architectural, Mechanical, Electrical, and Structural.
Contract Details
- Contract Type: Firm Fixed-Price
- Magnitude: $5,000,000 - $10,000,000
- Period of Performance: 365 calendar days after Notice to Proceed
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Size Standard: $45,000,000
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.
- Step Two: Only firms with technically acceptable Step-One proposals will be invited to submit priced bids. Bid bonds will be required for Step Two, and Payment and Performance Bonds for 100% of the contract amount will be required at award.
- Key Documents: Bidders must utilize the provided Wage Determination (SD20260032) for labor cost estimation and complete the Past Performance Questionnaire (PPQ-0).
- Questions: All questions must be submitted via ProjNet as identified in Section 00 22 00 of the solicitation.
Key Dates & Actions
- Site Visit: Tuesday, February 10, 2026, at 1:00 PM Central Time. Location: USACE Big Bend Administration Office, Fort Thompson, SD. Confirm intent to attend by emailing Cody Nickolas (cody.j.nickolas@usace.army.mil) and copying Jeffrey Wyant and Sam McGuffey.
- Step-One Technical Proposals Due: March 2, 2026, at 1:00 PM local time.
- Submission Method: Electronic.
- Eligibility: Contractors must be registered and active in SAM.gov, with NAICS Code 237990 included in their profile.