Powerhouse 1 & Powerhouse 2 DC Panel Board Replacement, Fort Peck, MT

SOL #: W9128F26RA010Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST OMAHA
OMAHA, NE, 68102-4901, United States

Place of Performance

Fort Peck, MT

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electric Wire, And Power And Distribution Equipment (J061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Oct 10, 2025
2
Last Updated
Jan 13, 2026
3
Response Deadline
Dec 1, 2025, 8:00 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.

THIS IS NOT A FORMAL SOLICITATION. This announcement constitutes a PRE-SOLICITATION notice IAW FAR Subpart 5.2.

On or about 28 October 2025, the U.S. Army Corps of Engineers, Omaha District intends to issue a solicitation for the “Powerhouse 1 & Powerhouse 2 DC Panel Board Replacement” project.  The solicitation will close on or about 1 December 2025. The solicitation is restricted to Small Business.

Project Description:  Scope of project includes all work required to:

1. Replace the entire line-up in Powerhouse 1 and Powerhouse 2
Powerhouse 1:
- Replace the Main 125V DC Station Board Panel (including all DC and preferred AC).
- Replace the Preferred AC Panel (located in the same location as the DC Station Board).
- Replace the Emergency Lighting Panel & Associated Emergency Lighting Panel Transfer Switch (EM Panel in the stairway, transfer switch located in the Cubicle Room).

Powerhouse 2: 
- Replace the Main 125V DC Station Board Panel (including all DC and preferred AC).
- Replace the Preferred AC Panel (located in the same location as the DC Station Board).
- Replace four Emergency Lighting Transfer Switches.

2. Relocate and extend feeder wires as necessary.
- Extend main feeder wires for the new panels and terminal blocks as required. Due to brittleness in past projects, replace the last 20 to 30 feet of feeder wire to new terminal blocks below deck.

3. Replace and extend concrete bases:
- Extend and paint or tile concrete bases to accommodate new, wider replacements.

Optional Work
1. Powerhouse 1:
    Option 1: Replace the Panel Battery Panel (BP), located in the Powerhouse 1 Battery Charger Room.

2. Powerhouse 2:
    Option 2: Replace the Switchyard 2 125 V DC Panel, located in Switchyard 2 (adjacent to Powerhouse 2).

Site Visit:
A Site Visit will be scheduled and additional information regarding the site visit will be provided in the solicitation via FAR Clause 52.236-27.   The site visit is tentatively scheduled for 12 November 2025.

Estimated Construction Costs:
The estimated construction cost of this project is between $1,000,000 and $5,000,000

NAICS Code: 
The Primary North American Industry Classification System (NAICS) code anticipated for solicitation is 238210 – Electrical Contractors and Other Wiring Installation, with a size standard for Small Business of $19M.

Place of Performance:
Fort Peck Dam, Montana

Contracting Office Address:
USACE Omaha District
1616 Capital Ave, Omaha, NE 68102-4901

Point Of Contact:
All questions regarding this Pre-Solicitation should be made to the Contract Specialist.

Note:  Offerors please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM.  Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete.  The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via Federal Business Opportunities (FedBizOpps) (www.fbo.gov).  Registration is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. 

People

Points of Contact

Brandie MurphyPRIMARY
Marc ProiettoSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 7
Solicitation
Posted: Jan 13, 2026
View
Version 6
Solicitation
Posted: Jan 8, 2026
View
Version 5
Solicitation
Posted: Dec 11, 2025
View
Version 4
Solicitation
Posted: Dec 9, 2025
View
Version 3
Solicitation
Posted: Dec 8, 2025
View
Version 2
Solicitation
Posted: Nov 12, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Oct 10, 2025
Powerhouse 1 and 2 DC Panel Board Replacement | GovScope