Ft. Campbell Rectifier 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 Department of the Army, U.S. Army Corps of Engineers (USACE) Louisville District, has issued a Solicitation for the Ft. Campbell Rectifier Replacement project. This opportunity seeks a complete, turnkey solution to replace obsolete DC power plant systems, including rectifiers and inverters, at Fort Campbell, KY. The acquisition is Unrestricted.
Scope of Work
The selected contractor will be responsible for furnishing and installing new inverter modules, DC disconnects, AC conduits, conductors, circuit breakers, rectifiers, RPM modules, and battery monitoring probes. This includes transferring power connections from existing systems to new ones, disconnecting and removing obsolete components, and performing initial acceptance testing. The work will be performed across multiple buildings (95, 2579, 6079, 6642, 7030, B7254, and 7943) at the Ft. Campbell RNEC Unified Communications Center and ADNs. Facility plans detailing the proposed layouts are provided.
Contract Details
- Contract Type: Firm Fixed Price
- NAICS Code: 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Size Standard: 600 employees
- Period of Performance: 365 days from the Notice to Proceed (NTP)
- Liquidated Damages: $337 per day for project delays
- Payment: Electronic Funds Transfer (EFT)
- Warranty: 1-year for all work, labor, and equipment
Key Requirements & Qualifications
Offerors must demonstrate a minimum of 10 years of experience installing similar DC Plant/Inverter systems and 5 years of experience in high-reliability, data center environments (Tier III or IV). The contractor must provide all necessary personnel, equipment, tools, materials, supervision, and transportation. Compliance with NIST SP 800-171 for Controlled Unclassified Information (CUI) is required. All contractor employees will require escort by a facility representative and must complete AT Level I awareness, OPSEC Level I, and iWATCH Army training. Bidders must also adhere to the provided Service Contract Act wage determinations for the specified geographic areas.
Submission & Evaluation
- Proposal Due Date: April 24, 2026, at 01:00 PM ET (extended by Amendment 0001)
- Site Visit: April 15, 2026, at 1300 at 95 Bastogne Ave, Fort Campbell, KY 42223. Offerors are encouraged to attend and must acknowledge this in their proposals.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA)
- Eligibility: Active SAM.gov registration and completed Representations and Certifications are mandatory.
- Contact: Shanaye Davis at shanaye.s.davis@usace.army.mil for contractual questions.