138 FW Repair Central and South Base Primary Electrical
ID: W50S8U-25-B-A010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NV USPFO ACTIVITY OKANG 138TULSA, OK, 74115-1699, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

UTILITIES- ELECTRIC (S112)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Tulsa Air National Guard, is soliciting bids for the "138 FW Repair Central and South Base Primary Electrical" project, which involves the replacement of the underground electric distribution system at the Tulsa Air National Guard Base in Oklahoma. The project aims to ensure a fully operational and compliant electrical infrastructure, with specific requirements for transformer installations, conduit work, and the removal of existing electrical equipment, all while adhering to local, state, and federal regulations. This initiative is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an anticipated contract value between $1,000,000 and $5,000,000, contingent upon the availability of funds. Interested bidders must attend a pre-bid conference on April 10, 2025, and submit their proposals by May 19, 2025, with inquiries directed to Frank Friedl at 138.FW.MSC@us.af.mil or Ryan Moehle at ryan.moehle@us.af.mil.

    Files
    Title
    Posted
    The document outlines a series of responses to inquiries from bidders regarding a request for proposal (RFP) from the Air National Guard for a project involving the procurement and installation of transformers. Notable points include the absence of a virtual option for bid opening; that bids must be submitted physically in sealed envelopes; and a lead time of at least six months for the required transformers, which may necessitate extending the project timeline to 365 days. Furthermore, bidders are advised that there are no guarantees for tariff-related cost allowances, and there is no limit on transformer disconnections, provided base operations remain minimally disrupted. The contractor is responsible for the removal of existing electrical equipment, and trenching for cable installation may proceed prior to electrician readiness, provided safety protocols are followed. Overall, the document emphasizes adherence to operational efficiency, safety, and compliance within the framework of the government procurement process, illustrating typical considerations in federal contracting.
    The document outlines the requirements and clarifications for a project involving the replacement of transformers and associated electrical equipment at the Tulsa Air National Guard Base. The lead time for a 1500kVA transformer is noted to potentially exceed six months, prompting a request to extend the period of performance from 182 days to 365 days. Contractors are responsible for minimizing downtime during transformer replacements and must submit an outage plan for approval at least two weeks in advance. Clarifications address the scope of work, including responsibilities for equipment removal, conduit installation, and secondary wiring sizing, with emphasis on following the Site Layout Drawings and Unified Facilities Criteria. The document specifies that the contractor must handle all aspects of the project without reliance on the government for equipment provision. The purpose of this file is to facilitate a clear understanding of project expectations and requirements for contractors submitting proposals in response to the Request for Proposal (RFP).
    The document outlines a solicitation for a firm-fixed price contract concerning primary electrical repair at the Tulsa Air National Guard Base, referenced as W50S8U-25-B-A010. The contract, with an estimated value between $1,000,000 and $5,000,000, is specifically set aside for small businesses classified under NAICS 238210, with a size standard of $19 million. Bids are due by 2:00 PM (CST) on May 5, 2025, with any inquiries needing to be submitted via email by April 30, 2025. The construction period is set for 182 days post-Notice to Proceed. The solicitation package requires multiple certifications, including the Standard Form 1442 and acknowledgments of amendments. Furthermore, detailed bid submission instructions emphasize the importance of compliance to avoid disqualification. The document directs potential offerors to closely review requirements and check the provided website for updates, questions, and site visit details, reinforcing the need for readiness in responding to public bidding processes characteristic of government requests for proposals.
    The document outlines an Invitation for Bids (IFB) for the South Base Primary Electrical Upgrade project at the Tulsa Air National Guard Base in Oklahoma. It seeks to award a firm fixed-price contract aimed at replacing the electric distribution system across several facilities, with the project exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated project value ranges from $1 million to $5 million, with funding anticipated to be available before contract award. Bidders are required to provide performance and payment bonds, and submissions must meet specific guidelines detailed in the solicitation. A pre-bid conference is scheduled for April 10, 2025, where attendees must register in advance due to security protocols. The document emphasizes compliance with various federal acquisition regulations and necessitates acknowledgment of any amendments to the solicitation. All questions regarding the solicitation must be submitted in writing to the contracting office, adhering to established deadlines. The overarching goal is to ensure a competitive bidding process that adheres to federal standards while prioritizing small business participation, particularly veteran-owned firms.
    The Tulsa Air National Guard is soliciting bids for the "South Base Primary Electrical Upgrade" project, requiring a contractor to replace the underground electric distribution system at their facility. This invitation for bids (IFB) is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an anticipated contract value between $1,000,000 and $5,000,000, contingent on the availability of funding. The solicitation emphasizes strict compliance with guidelines regarding bids, including submission requirements, performance bonds, and acknowledgment of amendments. Potential bidders must attend a pre-bid conference and site visit scheduled for April 10, 2025, and must register in advance due to security protocols. The IFB outlines essential instructions, conditions, and notices for offerors, detailing the information needed to complete bids. Contractors must possess specific qualifications and adhere to federal acquisition regulations. The document serves to guide contractors through the bidding process, ensuring clarity and compliance in a structured manner. This project reflects the government’s commitment to involving veteran-owned businesses in significant procurement opportunities, aligning with federal efforts to enhance opportunities for small and disadvantaged firms.
    The Repair Central & South Base Primary Underground Electrical project at the Tulsa Air National Guard Base aims to replace the existing underground electric distribution system, ensuring a fully operational and compliant setup upon completion. The project is structured into four main sections (A-D), each detailing specific transformer installations, conduit installations, removal of existing electrical equipment, and installation of new secondary wiring. Section A focuses on providing electric sources to Building 601 and associated areas with distinct transformer requirements. Section B addresses electrical facilities for several buildings, specifying transformer placements and necessary boring work. Section C outlines requirements for buildings 230 and 222, while Section D pertains to facilities serving buildings 326, 328, and 050. The project mandates adherence to local, state, and federal regulations, including utility provider standards. Key project management standards emphasize safety, environmental protection, and thorough documentation of all operations and disposals. The contractor is tasked with maintaining strict compliance with access and security protocols while ensuring timely project completion without additional work needed to power the facilities. This initiative demonstrates commitment to modernizing essential infrastructure to support military operations at the base.
    The document outlines a series of installation projects related to transformer (XFMR) and switchgear (SW GEAR) upgrades for an electrical infrastructure system. Key tasks include installing various rated transformers (150KVA to 1500KVA), secondary pedestals, and aluminum conduits (ranging from 2" to 6"). The document specifies the size of conductors required for each installation, detailing connections and conduit arrangements, which are critical for ensuring efficient power distribution. The project involves multiple sites with a focus on maintaining compliance with electrical standards. This initiative appears to be part of a broader government effort to modernize the electrical grid infrastructure, enhancing reliability and capacity for public service needs. Additionally, it emphasizes the importance of coordinating installations across different sites and monitoring compliance with local regulations, typical of state and local RFPs aimed at improving public utility services.
    The document outlines specifications for electrical installations, including transformers (XFMR), switchgear (SW GEAR), and conduit types for a construction or upgrade project. It details various equipment, indicating sizes and voltages, such as 150KVA and 1000KVA transformers for different voltage requirements (e.g., 120-208V, 277-480V). The project involves the installation of multiple conduits, specifically 4" and 6" conduits for aluminum wiring, as well as the installation of quad and triplex conductors. Notable installations include the use of 500AL QUAD in 4" conduits and specific configurations for the electrical service. This document serves as a technical reference in the context of government requests for proposals (RFPs) or grants, emphasizing infrastructure enhancement or upgrades that align with federal and municipal standards. Overall, it provides a detailed electrical schematic for contractors, ensuring compliance with safety and regulatory frameworks essential for government-funded projects.
    Similar Opportunities
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing all personnel, equipment, and operations related to supply functions within the 72 Logistics Readiness Squadron, ensuring compliance with Air Force regulations and maintaining war readiness. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated total award amount of $47 million, with a performance period starting in April 2026 and extending through March 2033, including a transition period and multiple option years. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut via email, and proposals must be submitted electronically in accordance with the outlined guidelines.
    TINKER AFB MAC BOA WWYK210364 Construct Loading Dock & Dock Leveler, B3113
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals from qualified contractors for the construction of a loading dock and dock leveler at Tinker Air Force Base, Oklahoma, under project WWYK210364. This project, estimated to cost between $1,000,000 and $5,000,000, involves comprehensive construction services, including the installation of a concrete deck, drainage systems, and safety features to facilitate the loading and unloading of various products, including hazardous materials. The contract is set aside for small businesses, with a proposal due date extended to November 25, 2025, at 2:00 PM CST, and interested parties must RSVP for an initial site visit by September 15, 2025. For further inquiries, contractors can contact Sara Hinds at sara.hinds.2@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This full and open competition procurement involves significant electrical work, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is crucial for upgrading the existing electrical main service equipment to ensure operational efficiency and safety at the facility. Interested contractors must attend a mandatory site visit on November 6, submit questions by November 14, and deliver proposals by December 2, 2025, with further inquiries directed to Neil Amaral at neil.s.amaral@faa.gov or by phone at 405-954-8381.
    183 CES Replace Security Forces Squadron Generator
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Webbers Falls Excitation System
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Tulsa District, is seeking information from qualified contractors for the Webbers Falls Excitation System Project located in Webbers Falls, Oklahoma. This project involves the design, manufacture, installation, and commissioning of new excitation systems for the Webbers Falls Powerhouse, including the replacement of existing equipment and model validation testing. The estimated construction cost ranges from $1 million to $5 million, with a project duration of approximately 540 calendar days. Interested firms must respond to this sources sought synopsis by 2:00 PM CST on December 1, 2025, and are encouraged to contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    Repair of B-1B Torque Motor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with an estimated total contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, which plays a vital role in national defense. Interested contractors should submit their proposals by December 1, 2025, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further details.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery Veterans Affairs Medical Center in Muskogee, Oklahoma. The project aims to replace existing exterior utility lines and establish separate fire protection and domestic water loops to mitigate contamination risks, particularly from Legionella, while ensuring minimal disruption to the medical center's operations. This construction initiative is critical for modernizing the facility's infrastructure and maintaining safety standards, with a project completion timeline of 940 calendar days from the notice to proceed. Interested contractors must submit their bids by October 8, 2025, and can direct inquiries to Contract Specialist Jesus A. Villegas at Jesus.Villegas@va.gov.
    Maine Air National Guard Fuel Cell Hangar Construction
    Buyer not available
    The Department of Defense is inviting bids for the construction of a Fuel Cell Hangar at the Bangor Air National Guard Base in Maine, with a focus on small business participation. This project requires the contractor to provide all necessary resources, including labor, materials, and supervision, to complete the construction of a facility that supports fuel systems maintenance and corrosion control. The contract duration is set for 672 calendar days, with an estimated construction value between $25 million and $100 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on or about November 20, 2025, with bids due on or about December 11, 2025. For further inquiries, contact Cameron Doncet Hall at 101.msg.msc.contracting@us.af.mil or call 207-404-7353.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.