Z--WY CCC UPS & Breaker Replacement
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 Wyoming Area Office (WYAO) is preparing to issue a solicitation for UPS & Breaker Replacement services at its facility in Mills, WY. This project involves updating the office building's Uninterruptible Power Supply (UPS) and Downstream Panels, including the replacement of the Automatic Transfer Switch (ATS) and other electrical equipment. This acquisition is anticipated to be a Total Small Business Set-Aside. The complete solicitation is expected to be posted on SAM.gov in the first part of May 2026.
Scope of Work
The project entails the removal and replacement of various electrical components, including:
- Enclosed circuit breakers (MPN and MPG).
- Service entrance transfer switch (MTS) with a new service entrance Auto Transfer Switch.
- Existing Automatic Transfer Switches (ATS and ATS2).
- UPS units (UPS1 and UPS2).
- Battery charger (BCA) and safety disconnect switch (BCD).
- Bypass transformers (KBB, KBA) and enclosed circuit breakers (XA and XB).
- Panelboards (CPP1, CPP2, and PPAA).
- Minor low voltage cable replacement.
- Testing and commissioning of all newly installed electrical equipment. Contractors will be required to adhere to institutional performance standards for safe and effective construction.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 1000 days from Notice to Proceed (NTP)
- Place of Performance: 705 Pendell Blvd, Mills, WY 82644, Natrona County.
- Wage Determination: Construction Wage Rate Requirements (Davis-Bacon) will apply.
- Bonds: Performance and Payment Bonds will be required.
Eligibility & Submission
- Set-Aside: Total Small Business
- NAICS Code: 238990 – All Other Specialty Trade Contractors, with a size standard of $19.0 million.
- Evaluation: Offers will be evaluated per FAR Part 15, potentially considering price, technical capability, past performance, and schedule.
- Registration: Offerors must be registered in SAM.gov with a valid Unique Entity Identifier (UEI).
- Solicitation: This is a presolicitation notice; the full solicitation will be posted exclusively on SAM.gov around the first part of May 2026.
Contact Information
For questions, contact Terra Warren at Terra_Warren@ios.doi.gov.