Shell Falls Primary Power

SOL #: 1240LT26Q0038Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
BIGHORN NATIONAL FOREST
Sheridan, WY, 828019638, United States

Place of Performance

Greybull, WY

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

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

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
Apr 27, 2026
3
Submission Deadline
May 4, 2026, 5:00 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.

Quick Summary

The USDA Forest Service, Bighorn National Forest, is soliciting proposals for the Shell Falls Primary Power project, a Total Small Business Set-Aside. This project involves comprehensive improvements at the Shell Falls Wayside in Greybull, Wyoming, focusing on the primary power supply, wastewater system revisions, and water system reinstallation. The magnitude of construction is estimated between $1,000,000 and $5,000,000.

Scope of Work

The project requires the contractor to supply all labor, materials, equipment, and necessary licenses to complete improvements at the Bighorn National Forest, Shell Falls Wayside. The scope includes:

  • Primary Power Supply: Installation of a turn-key, off-grid rated system with an approximately 18 KW PV solar array, battery bank, and backup LPG generator (1,000-gallon buried tank). The generator is intended for minimal operation to charge batteries and support loads during low PV generation. The requirement for an attic stock generator has been removed, and liquid-cooled generators are preferred.
  • Wastewater System Revisions: Rehabilitation and repurposing of holding tanks, demolition of the existing system, upgrade of piping and controls.
  • Water System Reinstallation: Replacement of the water heater, UV unit, and pump, along with control upgrades.
  • Infrastructure: Installation of a 200 SF prefabricated utility building and foundation with underground electrical service.
  • General: Mobilization, demolition, fencing, and revegetation.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Period of Performance: 540 Days After Notice to Proceed (NTP), with construction completion due within 24 months of NTP.
  • Magnitude of Construction: Between $1,000,000 and $5,000,000.
  • Set-Aside: Total Small Business (NAICS 237990, Size Standard $45M).
  • Bonds: Performance and Payment Bonds at 100% of the original contract award price are required within 10 days of award.
  • Wage Determination: Davis-Bacon Act wage rates for Heavy and Highway Construction Projects in Wyoming apply.

Submission & Evaluation

Offerors must submit:

  • Experience/Past Performance (max 3 pages).
  • Written Technical Approach (2-4 pages) with Construction Schedule.
  • Attachment 1-SOI (Schedule of Items).
  • Signed SF-30 (if applicable). Award will be made to the offeror representing the best value to the Government, based on a comparative evaluation of Factor 1 (Experience/Past Performance), Factor 2 (Technical Approach), and Factor 3 (Price). The offer acceptance period is 60 calendar days from the quote due date.

Key Dates & Contacts

  • Organized Site Visit: April 1, 2026, 10:00 AM Mountain. Location: Approximately 26 miles east of Greybull, WY, along U.S. Highway 14. Contact: Christopher Wolffing (Christopher.wolffing@usda.gov, 307-674-2647).
  • Questions Due: April 8, 2026, 12:00 PM Central Time. Submit via email to Erick Plamann (erick.plamann@usda.gov).
  • Proposals Due: May 4, 2026, 5:00 PM ET. Submit via email to Erick Plamann (erick.plamann@usda.gov).
  • Primary Contact: Erick Plamann (erick.plamann@usda.gov).

Amendments

  • Amendment 0001 (April 10, 2026): Posted Questions and Answers, removed one generator from scope, and added Attachments 5 (Packaged Engine Generators specifications) and 6 (Electrical One-Line Diagram).
  • Amendment 0002 (April 21, 2026): Extended the offer due date from April 20, 2026, to May 4, 2026.
  • Amendment 0003 (April 22, 2026): Incorporated mandatory contract clause FAR 52.222-90, "Addressing DEI Discrimination by Federal Contractors (Apr 2026)."

People

Points of Contact

Erick PlamannPRIMARY
Lucas DahlmanSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 10, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
View
Shell Falls Primary Power | GovScope