138 FW Repair Central and South Base Primary Electrical
ID: W50S8U-25-B-A010Type: Presolicitation
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
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) program for construction, repair, and maintenance services at Tinker Air Force Base in Oklahoma. This program aims to provide a broad range of construction services, including Design-Build and Construction Only projects, with a focus on small business participation for projects valued under $25 million, while larger projects will be open to full competition. The BOA will be valid for up to five years, and interested contractors must submit proposals in response to the annual BOA Invitation to qualify for future Order Proposal Requests (OPRs). For further inquiries, contractors can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil, with a proposal submission deadline of January 15, 2026, and a Pre-BOA Invitation Conference to be announced.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    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.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, including Buildings 70, 91, 102, 111, 112, 113, and 123, with an estimated cost between $2,000,000 and $5,000,000 and a completion timeframe of 365 days from the Notice to Proceed. The procurement is set aside for CVE verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB), emphasizing the importance of compliance with subcontracting limitations and safety protocols. Bids are due by December 4, 2025, at 10:00 AM CST, with a virtual bid opening scheduled for the same day at 11:00 AM CST. Interested bidders should contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov for further details.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    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.