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
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting bids for the Repair Central and South Base Primary Electrical project at the Tulsa Air National Guard Base in Oklahoma. This project involves the replacement of the underground electric distribution system serving various facilities, with a focus on ensuring compliance with local, state, and federal regulations while modernizing essential infrastructure. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $1 million and $5 million, and funding is anticipated to be available prior to the award. Interested bidders must attend a pre-bid conference on April 10, 2025, and submit their bids by May 5, 2025, with inquiries directed to Joshua Kingori at 138.FW.MSC@us.af.mil or by phone at 918-833-7305.

Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
Apr 10, 2025, 9:05 PM UTC
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.
Apr 10, 2025, 9:05 PM UTC
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 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.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
TINKER AFB MAC BOA WWYK250031 - Repair B62528
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals from qualified contractors for the Repair B62528 project at Tinker Air Force Base in Oklahoma. This project involves extensive demolition and upgrades to various structural, mechanical, and electrical systems within Building 62528, including the replacement of deteriorated materials, installation of a new chemical containment tank, and modifications to HVAC systems to enhance energy efficiency, all in compliance with applicable building codes and safety standards. The total construction project is estimated to fall within the $1,000,000 to $5,000,000 range, with a mandatory initial site visit scheduled for April 24, 2025, for interested MAC BOA holders, who must RSVP by April 18, 2025. For further inquiries, interested parties can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
TINKER AFB MAC BOA WWYK140020, REPLACE UNIT SUBSTATION AND SWITCHGEAR, COL V51,B3001
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals from qualified contractors for the replacement of the unit substation and switchgear at Tinker Air Force Base, Oklahoma, specifically at Post V51 in Building 3001. The project involves the demolition of outdated electrical equipment and the installation of new switchgear and transformers, ensuring compliance with applicable National Electrical Code (NEC) and National Fire Protection Association (NFPA) standards. This initiative is crucial for maintaining and upgrading military infrastructure to meet contemporary operational standards, thereby enhancing the facility's electrical capacity and safety. Interested contractors who are holders of the Tinker AFB MAC BOA must RSVP for an initial site visit by April 14, 2025, with the visit scheduled for April 15, 2025, at 10:30 AM CT. For further inquiries, contractors can contact Sara Hinds at sara.hinds.2@us.af.mil or Megan Hardeman at megan.hardeman@us.af.mil.
SXHT 12-1092 Repair Emergency Power SFS B1319
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319" at Patrick Space Force Base in Florida. This project aims to enhance the electrical load capacity at Facility 1319, which includes the installation of a new Automatic Transfer Switch (ATS) to ensure generator backup during power outages. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a magnitude between $500,000 and $1 million, with a performance period of 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 23, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
NDI Lab Pen Line B1510
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the NDI Lab Pen Line B1510 project at Shaw Air Force Base in South Carolina. This procurement involves the removal of existing wiring and the installation of new, code-compliant electrical wiring for new equipment, with a performance period of 14 calendar days following the Notice to Proceed. The project is crucial for maintaining operational efficiency and safety within the military installation, and it is set aside for small businesses under NAICS code 238210, with a budget of less than $25,000. Interested contractors must attend a mandatory site visit on April 16, 2025, and submit their bids by April 24, 2025; for further inquiries, they can contact Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Emergency Electrical System Upgrades project (Project Number: 636-25-307) at the Omaha Veterans Affairs Medical Center in Nebraska. This project aims to address electrical deficiencies by replacing and installing critical electrical components, including conduits and junction boxes, with a focus on enhancing emergency power coverage for essential areas such as the inpatient kitchen and elevators. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a value between $500,000 and $1,000,000, with proposals due by April 22, 2025, and a mandatory site visit scheduled for March 26, 2025. Interested contractors should direct inquiries to Contract Specialist Tommy L Opal at Tommy.Opal@va.gov.
Y1DA--PROJECT 675-23-801, Bid-Build (BB) Improve Lake Baldwin Electrical Distribution
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Improve Lake Baldwin Electrical Distribution" project at the Orlando VA Healthcare System's campuses. This federal contract aims to rectify electrical deficiencies by replacing and upgrading critical infrastructure, including transformers, automatic transfer switches, and generators, to enhance reliability and safety for healthcare operations. The project, valued between $5 million and $10 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires compliance with various safety and regulatory standards. Interested contractors must submit their proposals by April 23, 2025, at 1:00 PM EST, and can direct inquiries to Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov.
TINKER AFB MAC BOA WWYK240149 RENOVATE NE AREA OF SOUTH PROJECT, B3
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals from qualified contractors for the renovation of the northeast area of Building 3 at Tinker Air Force Base in Oklahoma, designated as project WWYK240149. The project entails extensive upgrades, including the repair and replacement of HVAC systems, reconfiguration of lighting and electrical feeds, installation of fire alarm devices, and enhancements to flooring and wall structures to accommodate new systems furniture layouts. This renovation is crucial for modernizing the facilities to meet current operational standards and safety regulations, ensuring compliance with federal guidelines throughout the construction process. Interested contractors, particularly those holding a MAC BOA, must submit their proposals by April 21, 2025, and are encouraged to contact Eric Owens at eric.owens.8@us.af.mil or Stephen Palmer at stephen.palmer@us.af.mil for further details regarding the solicitation and project requirements.
FA448425R0006 Solicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FA448425R0006 contract, which focuses on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst (JB-MDL), New Jersey. This Indefinite Delivery Indefinite Quantity (IDIQ) contract is set aside for Total Small Businesses and encompasses a range of services including the repair and replacement of electrical systems, with a project magnitude valued between $500,000 and $1 million. The contract will include a one-year base period with four optional years and a possible six-month extension, emphasizing the importance of compliance with safety and environmental regulations throughout the project. Interested contractors should contact Sean A. Burney at sean.burney.1@us.af.mil or 609-754-4861 for further details, and must submit their proposals by the specified deadlines following the guidelines outlined in the solicitation documents.
Repair Valves/Hydrants Base Wide
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair of Valves and Hydrants Base Wide project at Shaw Air Force Base in South Carolina. The project involves upgrading twenty-nine fire hydrants, including the removal of old hydrants, installation of new models with isolation valves, and compliance with fire safety codes, all within a timeline of 111 calendar days post-notice to proceed. This initiative is crucial for maintaining fire safety infrastructure and ensuring operational readiness at the base. Interested small businesses must submit their bids by May 12, 2025, at 2:00 PM EST, and can direct inquiries to SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
Repair Tiedowns and Apron Markings - Project Number JKSE 242430
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids from qualified small businesses for the Repair Tiedowns and Apron Markings project at the Montana Air National Guard in Great Falls, Montana. This procurement involves a firm fixed-price contract for construction services, including all necessary labor, materials, and supervision, with a project duration of 59 calendar days following the notice to proceed. The contract is set aside entirely for small businesses under NAICS Code 237310, with an estimated construction value between $500,000 and $1,000,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on or about May 6, 2025, with bids due around June 22, 2025. For further inquiries, contact Anthony F. Barille at anthony.barille@us.af.mil or by phone at 406-791-0246.