FY25 High Voltage Switch Repair
ID: FA462025QA956Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

UTILITIES- ELECTRIC (S112)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to perform repairs on a Cooper High Voltage switch at Fairchild Air Force Base in Washington. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to address a critical failure involving a burned 600-amp bushing, ensuring compliance with federal, state, and local regulations throughout the process. This procurement is part of the Air Force's commitment to utilizing small businesses for essential maintenance services, with a total small business set-aside designation under FAR 19.5. Interested vendors must submit their quotes referencing RFQ FA462025QA956 by March 25, 2025, and can contact Ryan A Moffett or Brian M Fernandez for further information.

    Files
    Title
    Posted
    The 92d Contracting Squadron issued RFQ FA462025QA956 for the repair of a Cooper VFI High Voltage Switch. This solicitation follows Federal Acquisition Regulation (FAR) guidelines and is designated as a 100% Small Business Set-Aside. Interested vendors must register with the System for Award Management (SAM) and submit quotes referencing the specific RFQ number. The contract encompasses providing all labor and materials for the repair, with a focus on prompt delivery within specified lead times. Evaluation criteria include price and compliance with Defense Federal Acquisition Regulation Supplement (DFARS) standards. All quotes must be submitted by March 25, 2025. The government reserves the right to cancel the solicitation at any time. This acquisition illustrates the Air Force's commitment to utilizing small businesses for essential maintenance services while adhering to federal guidelines and standards throughout the procurement process.
    The Statement of Work (SOW) outlines the requirements for the repair of a Cooper VFI High Voltage switch at Fairchild Air Force Base, necessitated by a critical failure involving a burned 600-amp bushing. The contractor is responsible for providing all labor, tools, materials, and equipment for the repair, which includes removing the main tank cover, draining and filtering oil, replacing the damaged bushing, examining all remaining bushings and internal connections, and performing thorough tests to ensure functionality. All operations must comply with federal, state, and local regulations. The project is to be completed within 60 days of contract award, and all work hours should be coordinated with the base's Civil Engineer Squadron. The SOW emphasizes adherence to security protocols at Fairchild AFB for all contractor personnel. This document serves as a critical component of the government’s contracting process, ensuring regulatory compliance and operational integrity for maintenance of vital electrical infrastructure.
    The document FA462025QA956, specifically Attachment 2 - WD 2015-5537 (Rev. 24), serves as a guidance sheet related to government contracting and federal grants. It outlines the wage determinations applicable to contractors and subcontractors performing work on projects covered under the Davis-Bacon Act. The attachment emphasizes compliance with federal labor standards, including the necessity for paying workers at least the prevailing wage rates determined for specific job classifications in geographic areas. The primary purpose is to provide contractors with clear instructions on these wage determinations, along with detailed classifications of occupations and their associated wage rates. It also highlights the importance of adhering to federal regulations regarding labor practices, ensuring fair compensation in government-funded projects. The document is structured to facilitate easy reference for employers, detailing essential aspects of the regulations, including processes for disputing wage determinations and obligations for record-keeping. Ultimately, this document underscores the federal government’s commitment to maintaining fair labor standards and protecting workers' rights within federally funded contracts, ensuring compliance with established wage laws and enhancing accountability among contractors in government projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pad-Mounted Switchgear
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 15kV Pad-Mounted Switchgear Transformer to be delivered to Joint Base Charleston, South Carolina. This equipment is critical for maintaining electrical operational integrity and safety, featuring a 12.5 kA short-circuit rating and constructed from 304L stainless steel with SF6 gas insulation for enhanced reliability and personnel safety during maintenance. Interested small business vendors under NAICS code 335313 must submit their quotes via email, ensuring compliance with technical requirements, with a maximum delivery timeframe of 96 weeks post-award. For further inquiries, potential offerors can contact Edward Maxted-Sorensen at edward.maxtedsorensen.1@us.af.mil or Matthew Michel at matthew.michel@us.af.mil.
    Travis AFB Hangar FCX Power System Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.
    SXHT 12-1092 Repair Emergency Power SFS B1319
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and upgrade of emergency power systems at Facility B1319 located at Patrick Space Force Base in Florida. The project aims to enhance the facility's electrical load capacity, replace the existing automatic transfer switch (ATS), and install new electrical circuits to ensure reliable backup power during outages. This procurement is particularly significant as it is set aside for service-disabled veteran-owned small businesses, reflecting the government's commitment to supporting this demographic in federal contracting. Interested bidders should note that the estimated project cost ranges from $500,000 to $1,000,000, with a performance period of 180 days, and bids are expected to open around March 18, 2025. For further inquiries, potential bidders can contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
    Starline Busway
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking procurement for the Starline Busway project at Tinker Air Force Base in Oklahoma. This opportunity involves the acquisition of specific electrical components, including busway straight sections, circuit breaker units, and installation tools, which are critical for enhancing the electrical infrastructure and operational capabilities of the Air Force. The procurement emphasizes the necessity of brand-name components to avoid significant conversion costs and integration challenges, ensuring compatibility with existing systems. Interested vendors must submit their quotations by March 21, 2025, and can contact Alicia McGill at alicia.mcgill@us.af.mil or Keith Russ at keith.russ@us.af.mil for further information.
    Repair of NSN 5950000238464 Coil, Electrical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an electrical coil, identified by NSN 5950-00-023-8464, which is critical for the AN/TPS-75 Radar Control and Reporting Center. Contractors are required to provide comprehensive repair services, including testing, evaluation, and adherence to stringent quality standards, with an estimated cost for testing and evaluation around $3,000. This procurement is vital for maintaining the operational integrity of essential defense systems, ensuring compliance with federal regulations and quality assurance protocols. Interested small businesses must reach out to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with a total small business set-aside designation under FAR 19.5.
    FTQW 20-0504 - CHpp Phase C
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FTQW 20-0504 project, which involves upgrading and modifying the low-voltage electrical and lighting systems at the Central Heating and Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to remove and replace outdated electrical panels, transformers, and lighting fixtures to enhance operational efficiency and safety within the facility. This initiative is critical for maintaining the infrastructure of a military installation, ensuring minimal disruption to ongoing operations while adhering to stringent safety and environmental regulations. Interested contractors must submit their electronic bids by the specified deadline, with a project budget estimated between $1 million and $5 million, and are encouraged to direct inquiries to Christopher Blackburn or Ryan O. Smith at the provided contact emails or phone numbers. A site visit is scheduled for March 19, 2025, and all questions must be submitted by March 25, 2025.
    Main Power Switchboard MSB2
    Buyer not available
    The Department of Defense, through the Air Force Test Center (AFTC), is conducting market research to identify potential sources for the procurement of a Main Power Switchboard (MSB2) at Middleton, Florida. This opportunity specifically seeks capabilities statements from vendors, particularly small businesses, under NAICS Code 335313, which pertains to the manufacturing of switchgear and switchboard apparatus. The procurement is crucial for ensuring reliable power distribution within Air Force operations, and interested parties are encouraged to provide their business size, socio-economic status, and estimated lead time for delivery, which will be FOB destination. For further inquiries, respondents may contact Shane Quinn at shane.quinn@us.af.mil or Francisco Arredondo at francisco.arredondo.4@us.af.mil, noting that participation is voluntary and costs incurred will not be reimbursed.
    AJJY 22-1058 Repair Tie Feeder Circuit P-84 and P-85 AAFB, GU
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair and reconfiguration of Tie Feeder Circuits P-84 and P-85 at Andersen Air Force Base (AAFB) in Guam. This Design-Bid-Build project aims to enhance the reliability of the airfield's electrical infrastructure by eliminating existing circuits that cross runways and providing redundant connections for critical transformers. The contract, valued between $10 million and $25 million, is set aside for Historically Underutilized Business Zone (HUBZone) small businesses, with a performance period of 548 calendar days. Interested contractors must submit their bids electronically by April 14, 2025, and are encouraged to attend a mandatory site visit on March 25, 2025. For further inquiries, contact A1C Sir Rashaliq I. Hankerson at sirrashaliq.hankerson@us.af.mil or 671-366-6680.
    Repair services for the CRC TYQ-23 power supply NSN 6130013093090 ZR
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TYQ-23 power supply, identified by National Stock Number (NSN) 6130013093090 ZR. The procurement requires qualified vendors to provide repair services that meet stringent qualification criteria, including minor and major repairs, with fixed pricing outlined for each service line item. This power supply is critical for military operations, emphasizing the need for specialized repair services to maintain operational readiness and efficiency. Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further information.
    RQ Building 65 Unit Substation Updates
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory at Wright-Patterson Air Force Base, Ohio, is seeking proposals for the RQ Building 65 Unit Substation Updates. This procurement involves the repair and replacement of outdated electrical substations and panelboards to ensure compliance with regulatory codes and enhance operational safety. The project is critical for maintaining the integrity of electrical infrastructure that supports ongoing aerospace research operations, with a focus on minimizing disruptions during the upgrade process. Proposals are due by March 24, 2025, at 10:00 AM EDT, and interested contractors should direct inquiries to Jessica Briggs at jessica.briggs@us.af.mil or Michael Hornberger for further details.