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 bids for the Fort Thompson Intake/Pumphouse Construction project at Lake Sharpe, Fort Thompson, SD. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract, estimated between $5,000,000 and $10,000,000. The procurement uses a Two-Step Sealed Bidding process, with Step One (technical proposals) already completed. Firms advancing to Step Two were announced on April 8, 2026. Step Two bids are due May 8, 2026.
Purpose & Scope of Work
The project involves the installation of a new raw water intake system and the construction of a new wet well and pump house. The scope includes general construction elements, an engine-generator set system, a DC starting system, battery charger, governor, generator, and safety systems. Detailed drawings cover General, Geotechnical, Site/Civil, Architectural, Mechanical, Electrical, and Structural aspects. Amendment 0001 revises specifications for "VERTICAL TURBINE PUMPS."
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Procurement Method: Two-Step Sealed Bidding (FAR Part 14.5)
- Magnitude: $5,000,000 to $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
- Place of Performance: Fort Thompson, SD 57339
Submission & Evaluation
Step One involved the submission and evaluation of technical proposals, with only technically acceptable firms advancing. Step Two requires sealed bids from these pre-qualified firms. Bids must be based on the bidder's own acceptable technical proposal from Step One. Bid bonds are required for Step Two submissions, and 100% Payment and Performance Bonds will be required at contract award. Bidders must be registered in SAM with an active and verified account.
Key Documents & Requirements
- Specifications: Detailed technical requirements for the engine-generator set system and general construction.
- Drawings: Comprehensive index of drawings for the water intake project.
- Amendment 0001: Revises specifications for "VERTICAL TURBINE PUMPS." Bidders must review these updates.
- Wage Determination: SD20260001 (dated January 30, 2026) outlines prevailing wage rates and fringe benefits for Heavy and Highway Construction in South Dakota, crucial for labor cost estimation.
- Past Performance: Offerors are expected to submit a completed NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) with client feedback.
Important Dates
- Step Two Bid Due Date: May 8, 2026, 6:00 PM CT
- Published Date: April 20, 2026
Point of Contact
All questions must be submitted via ProjNet as identified in Section 00 22 00 of the solicitation. Primary contacts are Sam McGuffey (sam.k.mcguffey@usace.army.mil, 402-995-2077) and Jeffrey Wyant (jeffrey.w.wyant@usace.army.mil, 402-995-2071).