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.