Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2026 SAM #8834
MODIFICATION

Y -- Fort Thompson Intake/Pumphouse Construction

Notice Date
1/31/2026 9:21:56 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F26BA018
 
Response Due
3/2/2026 11:00:00 AM
 
Archive Date
03/17/2026
 
Point of Contact
Sam McGuffey, Phone: 4029952077, Jeffrey Wyant, Phone: 4029952071
 
E-Mail Address
sam.k.mcguffey@usace.army.mil, jeffrey.w.wyant@usace.army.mil
(sam.k.mcguffey@usace.army.mil, jeffrey.w.wyant@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Construct wet well, water intake, and pump house at Lake Sharpe, Fort Thompson, SD in accordance with the incorporated specifications and drawing sheets. The U.S. Army Corps of Engineers (USACE) Omaha District is issuing a Two-Step Invitation for Bid (IFB) following FAR Part 14.5. The solicitation will result in one (1) Firm Fixed-Price contract for installing a new raw water intake system and constructing a new pump house on Lake Sharpe at Fort Thompson in South Dakota. This solicitation is Set-Aside to SMALL BUSINESS FIRMS. Contractors must be registered and have active and verified accounts in both the System for Award Management (SAM) to receive a contract award from any DoD activity. Contractors may access the website SAM.gov at https://www.sam.gov/ to register and/or obtain information about the SAM program. Contractors must ensure that the applicable NAICS Code 237990 Other Heavy and Civil Engineering Construction is included in their profile prior to submission of offer. The current size standard is $45,000,000.00. Site Visit: A site visit is planned for Tuesday, 10 February 2026. The details are in clause 52.236-27 and its alternate on pages 12 and 13 of the soliciation. The estimated magnitude of construction is between $5,000,000 and $10,000,000. Invitation For Bid (IFB) Evaluation Criteria: This solicitation and resulting contract are using a Two-Step Sealed Bidding procurement method as described in FAR Part 14.5. The two-step procedure is a combination of competitive procedures designed to obtain the benefits of sealed bidding while ensuring only technically acceptable firms participate in the priced sealed bid. The process allows for the Step One technical proposal submission and evaluation to be performed to identify firms eligible for Step Two. Step One ensures that only technically acceptable firms participate in the Step Two sealed bid process. Contractors participating in the solicitation will submit technical requirements in accordance with the solicitation, Section 00 22 00 EVALUATION CRITERIA for Step 1. Submissions will be evaluated for acceptability considering technical elements for evaluation. The submission requirements of Step One, Request for Technical Proposal, shall not include any prices or pricing information. Bid bonds / guarantees are not required to be submitted with the Step One technical proposal. Under this bidding process, Step One consists of the request for submission, evaluation and (if necessary) discussion of a technical proposal. Only one (1) technical proposal may be submitted by each offeror. The proposals will be evaluated for technical acceptability. Again, the technical proposal must not include prices or pricing information. A notice of �acceptable� or �unacceptable� will be forwarded to each Step One offeror upon completion of the technical proposal evaluation and final determination. The names of the offerors that submitted acceptable technical proposals will be listed on the Government�s https://sam.gov/ website for the benefit of prospective subcontractors. In Step Two, an amendment to the solicitation will be issued along with any updates to the technical specifications and construction drawings to only those bidders whose technical proposals are determined to be acceptable in Step One. The normal sealed bidding process in FAR Part 14 will be followed in Step Two. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions for Step One, will be considered for award. Each bid in Step Two must be based on the bidder's own technical proposal that was submitted, evaluated and determined to be acceptable in Step One. Bidders must comply with the 100% technical specifications and construction drawings and the bidder�s acceptable technical proposal. Bid bonds will be required to be submitted with the Step Two bid submission. Payment and Performance Bonds will be required for the full amount (100%) at the time of contract award before the Notice to Proceed (NTP) can be issued. Point Of Contact: All questions shall be submitted on ProjNet as identified in Section 00 22 00 of the soliciation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/721f7799cbc6475f9f975eb4f2429fa0/view)
 
Place of Performance
Address: Fort Thompson, SD 57339, USA
Zip Code: 57339
Country: USA
 
Record
SN07702577-F 20260202/260131230029 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.