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 has issued a Combined Synopsis/Solicitation for the Shell Falls Primary Power project. This opportunity seeks a contractor to provide all labor, materials, and equipment for significant improvements at the Bighorn National Forest, Shell Falls Wayside, focusing on the primary power supply, wastewater system revisions, and water system reinstallation. This is a Total Small Business Set-Aside with an estimated construction magnitude between $1,000,000 and $5,000,000. Offers are due by May 4, 2026, at 5:00 PM MT.
Scope of Work
The project involves a comprehensive upgrade to the Shell Falls Wayside infrastructure. Key components include:
- Mobilization.
- Site Water & Wastewater: Rehabilitation and repurposing of holding tanks, demolition of existing systems, upgrade of piping and controls, and replacement of water heaters, UV units, and pumps.
- Prefabricated Building: Installation of a 200 SF utility building with foundation and underground electrical service.
- Power System: Installation of a 1,000-gallon buried LPG tank, an approximately 18 KW PV solar array, a battery bank, and a backup LPG generator. The system must be turn-key and off-grid rated. Clarifications indicate the generator is not prime, not government-provided, and the attic stock generator requirement has been removed. Liquid-cooled generators are preferred.
All work must comply with applicable building codes, ABA standards, and USDA specifications. Performance and Payment Bonds, each at 100% of the original contract award price, are required within 10 days of award.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: 540 Days After Notice to Proceed (NTP).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237990, with a Small Business Size Standard of $45M.
- Offer Due Date: May 4, 2026, at 5:00 PM MT.
- Questions Due Date: April 8, 2026, at 12:00 PM Central Time.
- Offer Acceptance Period: 60 calendar days from the quote due date.
Submission & 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 (maximum 3 pages).
- Factor 2: Technical Approach (2-4 pages) with Construction Schedule.
- Factor 3: Price.
Required submission documents include Experience/Past Performance, Written Technical Approach, Attachment 1-SOI, and a signed SF-30 if applicable. Questions must be submitted via email to erick.plamann@usda.gov.
Site Visit
An organized site visit is scheduled for April 1, 2026, at 10:00 AM Mountain Time at the Shell Falls Wayside, approximately 26 miles east of Greybull, Wyoming. Contact Christopher Wolffing at 307-674-2647 or Christopher.wolffing@usda.gov for details.
Amendments
Recent amendments include the addition of FAR 52.222-90 (Addressing DEI Discrimination by Federal Contractors), the extension of the offer due date, and clarifications regarding generator specifications and removal of the attic stock generator requirement.