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
Apr 20, 2026
3
Submission Deadline
Apr 24, 2026, 6:00 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 conducting a Two-Step Invitation for Bid (IFB) for the Fort Thompson Intake/Pumphouse Construction project at Lake Sharpe, Fort Thompson, South Dakota. This is a Total Small Business Set-Aside with an estimated magnitude between $5,000,000 and $10,000,000. Step 1 technical proposals have been evaluated, and firms advancing to Step 2 (priced bids) were announced on April 8, 2026.

Project Scope

This project involves the construction of a new raw water intake system, including a wet well, water intake, and pump house, at Lake Sharpe. The scope encompasses general construction elements, detailed specifications for an engine-generator set system, safety systems, and associated infrastructure like waterline installation, seeding, and demobilization. Amendment 0001 specifically revises specifications for "VERTICAL TURBINE PUMPS."

Contract Details

  • Contract Type: Firm Fixed-Price (FFP)
  • Procurement Method: Two-Step Sealed Bidding (FAR Part 14.5)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
  • Size Standard: $45,000,000
  • Magnitude: $5,000,000 - $10,000,000
  • Period of Performance: 365 calendar days after Notice to Proceed

Procurement Process & Status

This is a Two-Step Sealed Bidding process. Step 1 involved the submission and evaluation of technical proposals only, without pricing. As of April 8, 2026, USACE announced the firms that have been deemed technically acceptable and are advancing to Step 2. Only these pre-qualified firms will be invited to submit sealed bids for the contract award. An amendment to the solicitation, along with any updated technical specifications and drawings, will be issued to these eligible bidders for Step 2.

Key Requirements & Documents

Bidders must be registered in SAM.gov with NAICS 237990 in their profile. Key documents include detailed specifications for the engine-generator set system, comprehensive project drawings, and a Past Performance Questionnaire (PPQ-0) for client feedback. Prevailing wage rates for Heavy and Highway Construction in South Dakota (Wage Determination SD20260001 dated Jan 30, 2026) apply.

Response & Contact Information

The deadline for Step 2 bids for pre-qualified firms is April 24, 2026, at 6:00 PM UTC. All questions must be submitted via ProjNet as identified in Section 00 22 00 of the solicitation. Primary contact is Sam McGuffey (sam.k.mcguffey@usace.army.mil, 402-995-2077).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Apr 20, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 8, 2026
Version 3
Solicitation
Posted: Feb 5, 2026
View
Version 2
Solicitation
Posted: Jan 31, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 16, 2025
View
Fort Thompson Intake/Pumphouse Construction | GovScope