N--GCFD POWERPLANT UPS (SCADA EACSS)
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 Interior, Bureau of Reclamation, through its UPPER COLORADO REGIONAL OFFICE, has issued a Presolicitation for the GCFD POWERPLANT UPS (SCADA EACSS) project. This opportunity involves the demolition and removal of the existing SCADA Uninterruptible Power Supply (UPS) system and the installation of a new UPS system at the Glen Canyon Dam facility in Page, AZ. The project is designated as a Total Small Business Set-Aside. The full solicitation is expected to be posted on SAM.gov, with an anticipated award date of July 1, 2026.
Scope of Work
The scope includes:
- Demolition and removal of the existing SCADA UPS system and associated components.
- Installation of a new SCADA UPS system, including all necessary components, conduit, and conductors.
- Performance of all electrical modifications, terminations, labeling, testing, commissioning, and cutover to minimize downtime.
- Provision of shop drawings, submittals, factory/start-up support, and training for operations staff.
- Delivery of acceptance testing, as-built documentation, O&M manuals, and warranty support.
- The new UPS must be a brand name or equal to a Schneider Electric 480V UPS with External-Battery, meeting specific technical requirements for capacity, AC power input/output, voltage range, THD, battery capacity, short circuit rating, communications (Modbus TCP/IP or DNP3), swappable power modules, and safety features.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: 545 days from Notice to Proceed (NTP)
- Magnitude of Construction: Between $1,000,000 and $5,000,000
- Set-Aside: Total Small Business
- Wage Determination: Construction Wage Rate Requirements (Davis-Bacon) will apply.
- Bonds: Performance and Payment Bonds are required.
- Anticipated Award Date: July 1, 2026
- Published Date: March 9, 2026
Submission & Evaluation
This notice is a presolicitation and not a request for proposals. The complete solicitation will be posted on SAM.gov. Offers will be evaluated per FAR Part 15, with potential evaluation factors including price, technical capability, past performance, and schedule. Offerors must be registered in SAM.gov with a valid UEI.
Points of Contact
- Contract Specialist: Megan Swift (mswift@usbr.gov, 303-445-2722)
- Contracting Officer: Lisa Laughbon