Ft. Campbell Rectifier Replacement
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 Department of the Army, U.S. Army Corps of Engineers (USACE), through its Louisville District, is soliciting proposals for a turnkey solution to replace obsolete DC power plant systems, including rectifiers and inverters, at Fort Campbell, KY. This project aims to establish reliable DC power in the RNEC Unified Communications Center and ADNs. The estimated cost is between $1,000,000 and $5,000,000. Proposals are due May 5, 2026, at 1:00 PM ET.
Scope of Work
The selected contractor will provide all necessary personnel, equipment, tools, materials, supervision, and transportation for the project. Key tasks include:
- Furnishing and installing new inverter modules, DC disconnects, AC conduits, conductors, circuit breakers, rectifiers, RPM modules, and battery monitoring probes.
- Transferring power connections from existing to new systems.
- Disconnecting and removing existing rectifier and inverter components.
- Performing initial acceptance testing.
- Providing shop drawings and product data for review. The work will be performed across multiple buildings at Fort Campbell, including 95, 2579, 6079, 6642, 7030, B7254, and 7943.
Contract & Timeline
- Contract Type: Firm Fixed Price (Part 12 action)
- NAICS Code: 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing (Size Standard: 600 employees)
- Set-Aside: Unrestricted
- Period of Performance: 365 days from Notice to Proceed (NTP). Liquidated damages of $337 per day apply for delays.
- Proposal Due: May 5, 2026, at 1:00 PM ET
- Published Date: May 1, 2026 (latest amendment)
- Site Visit: A site visit was held on April 15, 2026.
- RFI Deadline: The deadline for Questions & Answers was April 20, 2026.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must have an active registration in SAM.gov and complete their Representations and Certifications. Required submission documents include completed Reps and Certs and the Price Breakout Schedule. One award will be made.
Special Requirements & Notes
- Contractor Qualifications: Minimum 10 years experience installing similar DC Plant/Inverter systems and 5 years experience with high-reliability, data center environments (Tier III or IV).
- Security: Contractor employees must be escorted, comply with installation access policies, and complete AT Level I, OPSEC Level I, and iWATCH training. Compliance with NIST SP 800-171 for Controlled Unclassified Information (CUI) is required.
- Safety: Compliance with EM 385-1-1 and all applicable Federal, State, and local regulations.
- Wage Rates: Bidders must adhere to the Service Contract Act wage determinations for Kentucky (Christian, Trigg) and Tennessee (Montgomery) counties.
- Bonding: Not required for this project.
- Contact: Direct contractual questions to Shanaye Davis at shanaye.s.davis@usace.army.mil.