Repair Base Switching Station
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 Air Force is conducting a Sources Sought for a Design-Bid-Build project to repair and modernize the Base Switching Station at Mountain Home Air Force Base (MHAFB), Idaho. This project involves constructing a new switchgear enclosure (Bldg 1017) and demolishing the existing station (Bldg 1406). The opportunity is anticipated to be a Total Small Business Set-Aside. Responses are due February 6, 2026.
Scope of Work
The project requires construction services to replace the existing distribution switching station (Bldg 1406) with a new, stand-alone, single-story facility (Bldg 1017). Key tasks include:
- Construction of a new building (Bldg 1017) with reinforced concrete masonry unit blocks, matching adjacent aesthetics.
- Installation of new 12.5 kV switching station equipment.
- Transitioning existing MHAFB distribution loads from Bldg 1406 to Bldg 1017.
- Demolition of the existing switching station (Bldg 1406).
- Installation of new underground electrical utilities (15 kV rated, three-phase) connecting the IPC substation to the new switchgear building.
- Coordination with Idaho Power Company (IPC) for aerial line transitions and MHAFB personnel.
- Installation of security fencing, associated lighting, an anti-ram barrier, and a crash-rated drop arm gate.
- Provision of temporary construction power and a Mass Notification System (MNS).
- Experience handling high voltage (> 130 kV) is required.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) for a Design-Bid-Build construction project.
- Estimated Magnitude: More than $10,000,000.
- Period of Performance: 850 calendar days (approximately 28 months) from Notice to Proceed (NTP), including 120 days for pre-construction and 730 days for construction.
- Set-Aside: Anticipated Total Small Business Set-Aside. The RFI seeks responses from various small business categories (SDB, 8(a), HUBZone, SDVOSB, WOSB).
- Responses Due: February 6, 2026, by 3:00 p.m. MST.
- Tentative Solicitation Release: March 4, 2026.
Submission & Evaluation
This notice is for market research only and is not a solicitation for offers. Responses will inform the Government's final set-aside decision and ensure adequate competition for the forthcoming Invitation for Bid (IFB). Interested firms must be registered in SAM.gov. Responses should include firm name, SAM.gov UEI, contact details, expressed interest, qualifications, and small business category.
Additional Notes
Work must conform to US standards, practices, and codes. Environmental, security, and safety compliance (OSHA, EM 385-1-1) are mandatory. A one-year material and labor warranty is required.