Amendment 1 - Pad-Mounted Switchgear
ID: FA441825Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Switchgear and Switchboard Apparatus Manufacturing (335313)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of one (1) 15kV Pad-Mounted Switchgear for the 628th Civil Engineering Squadron at Joint Base Charleston, South Carolina. This solicitation, designated as FA441825Q0008, is aimed at small businesses under NAICS code 335313 and includes specific technical requirements for the switchgear, which is critical for maintaining electrical systems and ensuring operational integrity. The procurement process emphasizes compliance with federal regulations, including the Buy American Act, and requires submissions to be made via email by April 30, 2025, at 5:00 PM Eastern. Interested vendors should direct inquiries to the primary contact, Edward Maxted-Sorensen, at edward.maxted_sorensen.1@us.af.mil, or the secondary contact, Matthew Michel, at matthew.michel@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document FA441825Q0008 outlines a series of clauses applicable to federal government contracts, particularly in relation to compliance with various laws and regulations. Key clauses address issues such as the compensation of former Department of Defense (DoD) officials, requirements for notifying employees of whistleblower rights, and the prohibition of certain telecommunications equipment. The document also includes clauses concerning unique item identification for items delivered to the DoD, ensuring traceability and compliance with specific standards. Additional provisions emphasize the importance of small business integration, environmental responsibilities, and specific reporting and payment submission processes via the Wide Area WorkFlow (WAWF) system. The structure consists of both incorporated reference clauses and full-text provisions that dictate the expectations and responsibilities of contractors. This document serves as a comprehensive framework for contractors engaged in government-funded projects, emphasizing transparency, ethical standards, and adherence to legal and regulatory requirements to promote fair business practices and accountability in federal acquisitions.
    This document outlines essential specifications and characteristics of the S&C Electric Vista Switchgear, a pad-mounted high voltage switch enclosure designed for electrical systems up to 15.5 kV with a 12.5 kA short-circuit rating. Constructed from durable 304L stainless steel and coated olive green for aesthetic integration, the enclosure includes a 600 Amp load interrupter and three 200 Amp fault interrupters. It emphasizes safety for electricians by minimizing exposure to high voltage during maintenance, isolating grid faults, and enabling safe upgrades. Key design features include viewing windows for switch status, removable panels for cable access, and grounding points for cable connectivity. The document serves as a technical specification for potential suppliers, emphasizing reliability and efficiency in electrical operations, aligning well with government RFPs for essential infrastructure development. Overall, the main purpose is to establish clear guidelines for procurement and integration of the switchgear into existing power grids, ensuring compliance with necessary safety and operational standards.
    This memo provides essential details regarding a pad mounted high voltage switchgear enclosure for 15.5 kV electrical systems, featuring a 12.5 kA short-circuit rating. Constructed from 304L stainless steel with an olive green coating for aesthetic compatibility, the enclosure includes a fault interrupter type utilizing SF6 gas insulation. Specifications detail the equipment's capacity, including a 600 Amp main bus and compartment configurations for both input and output switches. The switchgear enhances safety for electricians during maintenance and upgrades by isolating grid faults and allowing reliable power operations. The physical design entails various features like viewing windows for monitoring, removable panels for cable access, and adequate grounding provisions. Overall, this specification supports critical electrical operational integrity while prioritizing personnel safety and environmental integration.
    The document FA441825Q0008 is part of federal government proposal requirements, encompassing various clauses related to compensation, procurement, environmental sustainability, and contractor responsibilities. It incorporates numerous regulations, such as requirements for compensation of former DoD officials, regulations on subcontracting, and prohibitions on the acquisition of telecommunications equipment linked to foreign adversaries like the Maduro regime. It also specifies the necessity for contractors to comply with the Buy American Act and to provide unique item identification for certain items, ensuring traceability and compliance with military standards. Overall, the document serves as a comprehensive guide outlining the terms and conditions for government contracts, emphasizing ethical practices, transparency, and compliance with federal statutes. It stresses the importance of protecting government interests and the requirement for contractors to maintain high standards of operational integrity, particularly in operations with sensitive technologies and ensuring compliance with labor laws. The outlined procedures aim to ensure the efficient and lawful execution of contracts, safeguarding governmental interests.
    The combined synopsis/solicitation FA441825Q0008 requests quotes for the purchase of a 15Kv Pad-Mounted Switchgear Transformer at Joint Base Charleston (JB CHS), SC, designed specifically for small business concerns under NAICS code 335313. The acquisition aims to secure this essential equipment with a maximum delivery timeframe of 96 weeks post-award and necessitates quotes via email to the designated contacts. Offerors must meet technical requirements to be deemed acceptable, with awards going to the lowest priced technically compliant vendor. The document outlines necessary submissions for quotes, including company identification details, delivery estimates, and warranty information. It also incorporates sections on evaluation criteria, contract terms, and conditions, ombudsman procedures, and contractor access rules for DoD installations. Questions regarding the solicitation should be directed to the contracting officers.
    The document is a combined synopsis/solicitation for pad-mounted switchgear at Joint Base Charleston, South Carolina, with an amendment issued on April 18, 2025. It announces a due date extension for quotes until April 30, 2025, and includes revisions to the salient characteristics and contract clauses. The solicitation is specifically for small businesses under the NAICS code 335313. The RFQ FA441825Q0008 seeks quotations for the purchase of a 15kV Pad-Mounted Switchgear Transformer, specified as brand-name S&C Part #934132R1-OP14T3 or equal, with delivery expected within 96 weeks post-award. Quotations must be sent via email, and additional information detailing company credentials is required. Evaluation will be based on technical acceptability and pricing, with award granted to the lowest priced, technically acceptable vendor. Compliance with various FAR clauses is mandated, alongside requirements for contract terms regarding identification for contractor personnel accessing Air Force installations. An ombudsman is available for dispute resolution, retaining confidentiality in matters raised by offerors. The document exemplifies the federal procurement process focused on small business participation and adherence to established contract regulations.
    Lifecycle
    Title
    Type
    Pad-Mounted Switchgear
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    CIRCUIT BREAKER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of circuit breakers under the NAICS code 335313. This solicitation aims to acquire essential switchgear and switchboard apparatus, which play a critical role in electrical distribution and safety within military operations. Interested vendors must submit their quotes via email to Destiny N. Wiatr at destiny.n.wiatr.civ@us.navy.mil by the specified closing date, with late submissions not being considered for award. For further inquiries, potential bidders can contact Destiny N. Wiatr at 215-697-3528.
    59--SWITCH,CODE INDICAT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 34 units of the SWITCH, CODE INDICAT (NSN 5930011700343). This solicitation is a Total Small Business Set-Aside and aims to acquire electrical components essential for military operations, specifically within the switchgear and switchboard apparatus manufacturing industry. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 168 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    59--SWITCH,FLOW
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 95 units of the SWITCH, FLOW (NSN 5930017147061). This procurement is a Total Small Business Set-Aside, aimed at sourcing switchgear and switchboard apparatus, which are critical components in electrical and electronic equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    SWITCH CONNECT ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Switch Connect Assembly. This contract involves the manufacturing of switchgear and switchboard apparatus, with specific requirements outlined in the Individual Repair Part Ordering Data (IRPOD) and associated technical documents. The goods are critical for maintaining operational readiness and supporting various defense systems. Interested vendors must submit their quotes by December 19, 2025, and can direct inquiries to Collin A. Browning at 564-226-1306 or via email at COLLIN.A.BROWNING.CIV@US.NAVY.MIL.
    59--SWITCH,BOX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 50 units of the SWITCH, BOX (NSN 5930002585657). This solicitation is a HUBZone set aside, aimed at sourcing switchgear and switchboard apparatus, which are critical components in electrical and electronic equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Fort Gibson Station Service 480V Switchgear Replacement
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the 480V switchgear at Fort Gibson Station in Oklahoma. This project involves the construction of non-building facilities, specifically focusing on the manufacturing and installation of switchgear and switchboard apparatus. The successful contractor will play a crucial role in ensuring the reliability and safety of electrical systems at the facility. Interested parties should note that amendments have been issued to provide site visit information and extend the proposal due date; for further details, they can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil.
    Island Creek Switchyard Transformer
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design, manufacture, delivery, reassembly, and testing of two JHK - Island Creek Switchyard Transformers, as part of a Women-Owned Small Business (WOSB) set-aside contract. This procurement aims to support the Roanoke River, Island Creek Pumping Plant by providing essential electrical equipment, including spare parts and documentation, with a focus on compliance with rigorous specifications and cybersecurity standards. The contract is structured as a Firm Fixed Price arrangement, with proposals due by February 9, 2026, and inquiries accepted until January 27, 2026. Interested parties should contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further details.
    59--SWITCH ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SWITCH ASSEMBLY, specifically NSN 5930016892905. The requirement includes a quantity of three units to be delivered to DLA Distribution within 164 days after order placement. This procurement is critical for maintaining operational readiness and functionality of electrical systems within military applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Power Distribution Box Assembly
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of seven Power Distribution Box Assemblies (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a Firm Fixed Price contract. This opportunity is set aside for small businesses and requires compliance with specific military packaging and preservation standards, as well as possession of a Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. The assemblies are critical for electrical control applications within military operations, and proposals must be submitted electronically by December 18, 2025, with all inquiries directed to the designated contract specialists, George Campbell and Catherine Castonguay, via their provided email addresses.
    59--SWITCH ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a SWITCH ASSEMBLY, specifically NSN 5930017216650. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 165 days after order placement, with the approved source being 04804 9272C47G03. This procurement is critical for maintaining operational readiness and functionality of electrical systems within defense operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.