Z--CT SWITCHGEAR REPLACEMENT STAMPEDE PP

SOL #: 140R2026R0007Sources Sought

Overview

Buyer

Interior
Bureau Of Reclamation
MP-REGIONAL OFFICE
SACRAMENTO, CA, 95825, United States

Place of Performance

Place of performance not available

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Repair Or Alteration Of Epg Facilities Other, Including Transmission (Z2MZ)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 20, 2026
2
Last Updated
Apr 30, 2026
3
Response Deadline
Apr 16, 2026, 12:00 AM

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, under the Department of Interior, is conducting a Sources Sought for market research regarding CT SWITCHGEAR REPLACEMENT at the Stampede Power Plant. This effort seeks to identify qualified small businesses for electrical system upgrades. Responses are due by 5 PM PDT on April 15, 2026.

Scope of Work

The project involves significant electrical system upgrades at the Stampede Power Plant in Nevada County, California. Key tasks include:

  • Removal and replacement of existing DCA Switchgear 480-Volt feeder breakers (five plus one spare) with new arc-resistant enclosures and arc-limiting 480-Volt draw-out circuit breakers.
  • Removal and replacement of the existing DCB enclosure and integrated molded case circuit breaker distribution panel.
  • Removal and replacement of existing molded case circuit breaker distribution panels D1A and DCC. The work focuses on replacing switchgear with 480VAC and under, although the plant operates with 4160VAC generating units. The contractor will be required to supply necessary backup generator power, as the DCA subpanel is the main station service distribution for the entire facility. Additionally, the contractor must provide restroom facilities and hand wash stations. Regular working hours are Monday through Friday, 7:30 AM to 4:00 PM; any work outside these hours requires two weeks' advance coordination with the COR.

Contract Details

  • Type: Sources Sought / Market Research
  • NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors)
  • Small Business Size Standard: $19 Million
  • Estimated Project Cost: $250,000.00 - $500,000.00
  • Bonds: 100% performance and payment bonds will be required.
  • Set-Aside: This is for market research to determine if the acquisition can be set aside for a specific small business category (including 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses).

Submission & Evaluation

This notice is NOT a request for proposal. Interested parties should respond via email to Marianna_mezentseva@ios.doi.gov by 5 PM PDT on April 15, 2026. Responses should include:

  • 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, titles, dollar amounts, and points of contact).
  • Attachments detailing company equipment assets, personnel resources, and financial resources.
  • Evidence of bonding capacity. Prospective contractors must be registered in the System for Award Management (SAM) prior to any potential award.

Contact Information

People

Points of Contact

Ahola, RoxanaPRIMARY

Files

Files

Download

Versions

Version 3
Pre-Solicitation
Posted: Apr 30, 2026
View
Version 2Viewing
Sources Sought
Posted: Apr 8, 2026
Version 1
Sources Sought
Posted: Mar 20, 2026
View