Z--CT SWITCHGEAR REPLACEMENT STAMPEDE PP
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 Bureau of Reclamation (Interior) is conducting market research through a Sources Sought notice for the CT Switchgear Replacement project at the Stampede Power Plant in Nevada County, California. This effort seeks to identify qualified small businesses for potential electrical system upgrades. Responses are due by April 03, 2026, at 5 PM PDT.
Scope of Work
The principal components of work involve critical electrical system upgrades:
- Removal and replacement of five existing DCA Switchgear 480-Volt feeder breakers (51A, 52-1, 52-2, 52-3, 52-4) with new arc-resistant enclosures and arc-limiting 480-Volt draw-out circuit breakers. One spare 52A breaker is also required.
- Removal and replacement of the existing DCB enclosure and its integrated molded case circuit breaker distribution panel DCB.
- Removal and replacement of existing molded case circuit breaker distribution panels D1A and DCC.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS Code: 238210 (Small Business Size Standard: $19M)
- Estimated Cost: $250,000.00 - $500,000.00
- Bonds: 100% performance and payment bonds will be required.
- Response Due: April 03, 2026, by 5 PM PDT
- Published: March 20, 2026
Eligibility & Set-Aside
This notice is specifically aimed at gathering information from interested small businesses, including 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses. Responses will help the government determine if the acquisition can be set aside for a specific small business category. Prospective contractors must be registered in the System for Award Management (SAM) prior to any potential award.
Information Requested from Interested Parties
Interested parties should provide:
- Business name, address, CAGE code, size classification, socioeconomic classification, and point of contact.
- A statement of intent to submit an offer as a prime contractor.
- Evidence of experience performing similar work within the last five years (limit to three past projects, including contract numbers, project titles, dollar amounts, and points of contact).
- Attachments cataloging company equipment assets, personnel resources, and financial resources demonstrating capability.
- Evidence of bonding capacity.
Additional Notes
This is NOT a request for proposal or invitation for bid. No specifications, drawings, bid packages, or source lists are available at this time. Responses should be emailed to Marianna_mezenteva@ios.doi.gov.