Power Station Installation for Hangar 2418
ID: W9124G26XHANGAR2418Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RUCKERFORT RUCKER, AL, 36362, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the installation of a power station in Hangar 2418 at Fort Eustis, Virginia. This project involves providing electrical services to support the installation of equipment necessary for a training device related to MOS 15Y training, including the installation of transformers, disconnects, and an emergency stop circuit. The contract, which is a firm-fixed-price award under NAICS code 238210, is set aside for small businesses and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested vendors must submit their priced quotes by December 30, 2025, and any questions by December 23, 2025, via email to the designated contacts, Jolene A. Granger and Erin S. Duncan.

    Point(s) of Contact
    Files
    Title
    Posted
    This is a combined synopsis/solicitation (RFQ Reference W9124G26XHANGAR2418) for a 100% Small Business Set Aside, seeking electrical services to install a power station in Hangar 2418 at Fort Eustis, VA (previously stated as Fort Rucker, AL, but later corrected). This power station will support MOS 15Y training devices. The contract will be a firm-fixed-price (FFP) award based on the Lowest Price Technically Acceptable (LPTA) method under FAR Part 13. The NAICS code is 238210 (Electrical Contractors, $19 million size standard) and the Product Service Code is N059 (Installation of Equipment – Electrical and Electronic Equipment Components). The estimated period of performance is January 1, 2026, to December 31, 2026. Questions must be submitted by December 23, 2025, and quotes by December 30, 2025, both via email to Jolene A. Granger and Erin S. Duncan. Only a priced quote is required, with no technical volume or past performance submission. The document also details various FAR and DFARS clauses, including those related to telecommunications equipment, small business rerepresentation, item unique identification, and electronic payment via Wide Area WorkFlow (WAWF).
    This Performance Work Statement (PWS) outlines a non-personnel services contract for the installation of a power station in Hangar 2418 at Felker Army Airfield, Ft. Eustis, VA. The primary purpose is to provide electrical power for Training Device L7AY #14, supporting MOS 15Y training. The contractor is responsible for providing all personnel, equipment, tools, materials, and supervision for the installation, which includes transformers, disconnects, a subpanel, outlets, and an emergency stop circuit. Key objectives include ensuring all new components function, providing stable power, executing a clean and labeled installation with tested cables, securely mounting equipment, and delivering comprehensive training on the new system, especially the emergency stop function. The contractor must implement a quality control program, adhere to specific hours of operation, maintain security of government property and keys, and ensure personnel are certified. The government will provide a COR, workspace, and utilities, while the contractor is responsible for all other necessary items and manpower reporting.
    This document addresses critical questions regarding the installation of new electrical infrastructure, including 150KVA and 30KVA transformers, for a new training device. Key details provided include the primary power source being two existing GE Spectra Series Switchboards (1000 Amp, 408/277 VAC and 800 Amp, 120/208 VAC), with an approximate distance of 20-60 feet to the new power station. The transformers will be floor-mounted, and the existing hangar floor is deemed sufficient. Rigid conduit is specified for cabling, and cable testing requires correct phase alignment and output. The emergency stop circuit only needs to kill power to the training device and does not require a dedicated physical button. This is a new requirement, and a site visit is not being formally considered, though personal visits are not prohibited. There are no blueprints available, and all conduits will be overhead and wall-mounted within a 20ft area. There is no dedicated breaker currently installed, but space is available on both switchboards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lighting Upgrade for Hangar 2406
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide electrical services for a lighting upgrade in Hangar 2406 at Fort Eustis, Virginia. The project involves replacing 25 existing lights with Renova HBLSR-604836L-4K or equivalent LED fixtures to enhance illumination for evening training operations. This firm-fixed price contract is set aside for small businesses under NAICS code 238210, with a total estimated period of performance from January 1, 2026, to December 31, 2026. Interested vendors must submit their priced quotes by 12:00 PM CDT on December 30, 2025, and direct any questions to Contract Specialist Jolene A. Granger at jolene.a.granger.civ@army.mil or Contracting Officer Erin S. Duncan at erin.s.duncan2.civ@army.mil by December 23, 2025.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Generator Semi-Annual Preventive Maintenance (PM), Emergency Repair Services (ERS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract focused on Generator Semi-Annual Preventive Maintenance (PM) and Emergency Repair Services (ERS) at the U.S. Army ALTESS Enduring Data Center in Radford, Virginia. The contract encompasses a range of services including detailed inspections, fluid analysis, battery replacement, and load bank testing, structured over a base year and four option years, ensuring the operational readiness of six diesel standby generators. This procurement is set aside for small businesses, with proposals due by January 19, 2026, and a site visit scheduled for January 7, 2026. Interested parties should direct inquiries to Myrisha L. Mullen or Octavia Heflin-Smith via email, and must adhere to the submission guidelines outlined in the solicitation documents.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    NAO HQ Emergency Operations Center Repairs and Upgrades
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to solicit bids for the repair and upgrade of the NAO HQ Emergency Operations Center located in Norfolk, Virginia. The project aims to establish a fully functional Emergency Operations Center (EOC) that will support the District Commander in responding to various emergencies, requiring comprehensive interior renovations, installation of backup power systems, and procurement of necessary furniture and equipment. This procurement is a total small business set-aside, with an estimated construction value between $1 million and $5 million, and the solicitation is expected to be posted on the Procurement Integrated Enterprise Environment (PIEE) website around January 2026. Interested contractors should monitor the PIEE website for updates and are encouraged to contact Amy Coody or Tiffany Kirtsey for further inquiries.
    Provide electrical service connections for new furniture
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking small business contractors to provide electrical service connections for new furniture in Building 2272 at Patuxent River Naval Air Station, Maryland. The project entails installing new electrical circuits, outlets, and service connections across various suites, with specific requirements outlined in the Statement of Work and detailed furniture plans provided in the attachments. This procurement is critical for enhancing the functionality and efficiency of office spaces within the naval facility, ensuring compliance with safety and operational standards. Interested vendors must attend a mandatory site visit on December 22, 2025, and submit their quotes by December 29, 2025; for further inquiries, contact Justin Hall at justin.e.hall10.civ@us.navy.mil or 240-587-6006.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia. This initiative involves transferring ownership and operational responsibilities of the electric distribution system to a contractor, who will be tasked with maintaining reliable utility services for the Government, including all associated costs and compliance with environmental regulations. The contract is expected to span 50 years and will require detailed proposals addressing service interruptions, operational maintenance, and cybersecurity plans, with evaluations based on technical capability, past performance, and risk. Interested parties must submit their proposals by January 30, 2026, and direct any inquiries to Contracting Officer Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.
    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.