Z--CT SWITCHGEAR REPLACEMENT STAMPEDE POWER PLANT
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, Department of the Interior, intends to issue a Presolicitation for a firm, fixed-price construction contract for the CT Switchgear Replacement at Stampede Power Plant in Nevada County, California. This procurement is a Total Small Business Set-Aside. The solicitation is anticipated to be posted on or about May 26, 2026, with proposals due approximately June 25, 2026.
Scope of Work
The project involves critical electrical system upgrades at the Stampede Power Plant. Key tasks include:
- Removal of the existing DCA Switchgear 480-Volt feeder enclosure and five (5) breakers.
- Replacement with a new arc-resistant enclosure and five (5) new arc-limiting 480-Volt draw-out circuit breakers, associated equipment, frames, and buss work. One spare breaker is required.
- Removal and replacement of the existing DCB enclosure and integrated molded case circuit breaker distribution panel DCB with new components.
- Removal and replacement of existing molded case circuit breaker distribution panels D1A and DCC with new panels.
- The work is located at a powerplant with 4160VAC generating units, but the specific work involves 480VAC and under.
- The contractor will be required to supply backup generator power, as the DCA subpanel is the main station service distribution.
- Provision of restroom facilities and hand wash stations is also required. 24-hour management is not required; regular working hours are Monday through Friday, 7:30 AM to 4:00 PM.
Contract & Timeline
- Opportunity Type: Presolicitation (intent to issue RFP)
- Contract Type: Firm Fixed-Price Construction Contract
- Estimated Value: $250,000.00 - $500,000.00
- Bonds: Requires 100% performance and payment bonds.
- NAICS Code: 238210 (Small business size standard: $19M)
- Solicitation Number: 140R2026R0007
- Solicitation Posting: On or about May 26, 2026, on www.sam.gov
- Proposals Due: Approximately June 25, 2026
Eligibility & Set-Aside
This procurement is a Total Small Business Set-Aside (FAR 19.5). Prospective contractors MUST be actively registered in the System for Award Management (SAM) database prior to award.
Additional Notes
This notice is a synopsis and not a request for proposal. Specifications and drawings will be provided when the solicitation is issued. Questions should be directed to Marianna Mezentseva via email at mmezentseva@usbr.gov.