Shell Falls Primary Power
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 U.S. Department of Agriculture, Forest Service (Bighorn National Forest) is soliciting proposals for the Shell Falls Primary Power project. This Total Small Business Set-Aside opportunity involves comprehensive improvements to the Shell Falls Wayside, addressing its primary power supply, wastewater system revisions, and water system reinstallation. The project magnitude is estimated between $1,000,000 and $5,000,000. Offers are due May 4, 2026.
Scope of Work
The contractor will provide all labor, materials, equipment, and necessary licenses to complete improvements at the Bighorn National Forest, Shell Falls Wayside. The project includes:
- Primary Power Supply: Installation of a turn-key, off-grid PV system with battery backup and propane generator integration. This includes a 1,000-gallon buried LPG tank, approximately 18 KW PV solar array, and battery bank. (Note: One generator was removed from the scope via amendment).
- Wastewater System Revisions: Rehabilitation and repurposing of holding tanks, demolition of the existing system, and upgrades to piping and controls.
- Water System Reinstallation: Upgrades to piping, controls, replacement of water heater, UV unit, and pump.
- Infrastructure: Installation of a 200 SF prefabricated utility building and foundation, fencing, and revegetation. All work must comply with applicable building codes, ABA standards, and USDA specifications.
Contract Details
- Type: Firm Fixed Price
- NAICS: 237990 (Construction Of Miscellaneous Buildings)
- Small Business Size Standard: $45M
- Period of Performance: 540 Days After Notice to Proceed (NTP) for construction completion.
- Bonds: Performance & Payment Bonds required at 100% of original contract award price, due 10 days after award.
Set-Aside
This is a Total Small Business Set-Aside.
Evaluation
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 (max 3 pages)
- Factor 2: Technical Approach (2-4 pages) with Construction Schedule
- Factor 3: Price
Key Dates & Site Visit
- Organized Site Visit: April 1, 2026, 10:00 AM Mountain Time, at Shell Falls Wayside, Bighorn County, Wyoming. Contact Christopher Wolffing at 307-674-2647 or Christopher.wolffing@usda.gov.
- Questions Due: April 8, 2026, 12:00 PM Central Time, via email to erick.plamann@usda.gov.
- Offers Due: May 4, 2026, 5:00 PM Eastern Time (extended by Amendment A0002).
- Offer Acceptance Period: 60 calendar days from the quote due date.
Amendments & Clarifications
- Amendment A0001: Posted Q&A, removed one generator from scope, added Attachment 5 (Packaged Engine Generators) and Attachment 6 (Generator Specs).
- Amendment A0002: Extended the offer due date from April 20, 2026, to May 4, 2026.
- Q&A: Clarified that the generator is not required to be a prime generator and will not be provided by the Government. The requirement for an attic stock generator was removed. Liquid-cooled generators are preferred.
Attachments
Key attachments include the Statement of Work (SOW), construction plans (Attachment 3), contract specifications (Attachment 4), generator specifications (Attachment 5 & 6), Schedule of Items (Attachment 1), and Wage Determination (Attachment 5).