Bldg. 185 Electrical Upgrade
ID: N0025326Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF PRODUCTION BUILDINGS (Z1EC)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is soliciting quotes for the electrical upgrade of Building 185, specifically to provide power to two containerized units. The project entails installing a new power feed from an exterior transformer station, which includes new wiring, a fused disconnect switch, a step-down transformer, and pin-and-sleeve receptacles, all while adhering to strict safety and environmental standards. This opportunity is a total small business set-aside, with an estimated contract value between $25,000 and $100,000, and proposals are due by January 2, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can direct inquiries to Michelle Farrales or James Wasson via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (N0025326Q0004) is for a firm-fixed-price construction contract to perform electrical upgrades on Building 185, a 100% Small Business Set-aside with a magnitude between $25,000 and $100,000. Issued by the Naval Undersea Warfare Center Division Keyport, the project requires performance to begin within 10 calendar days and complete within 90 calendar days of award. Key requirements for offerors include a current Washington State Business License, past performance in commercial/industrial applications in Washington State for over three years, SSHO certification, and submission of bid and payment/performance bonds. Proposals must include a cover letter, completed SF 1442, SAM.gov certifications, a technical capability statement, and specific attachments for past performance, safety data, and bid form. The solicitation details insurance requirements, inspection at destination, and electronic invoicing via Wide Area WorkFlow (WAWF). The document also outlines various FAR and DFARS clauses, including those related to commencement of work, terms and conditions for simplified acquisitions, and post-award small business program rerepresentation, emphasizing compliance with federal, state, and local laws.
    The document N0025325Q0015, Attachment (7) Past Performance References, outlines a structured template for offerors to provide detailed past performance information for both prime contractors and major subcontractors. The form requires offerors to list up to five references, detailing contract numbers, titles, and whether the reference pertains to a prime or subcontractor role. Key information requested for each reference includes a description of the requirement, major subcontracts, and a justification for relevancy, including dollar value or percentage of work similar to the current effort. Additionally, offerors must provide details on the contracting agency, contract type, period of performance, potential maximum contract value at award, and the final/current contract value. Contact information for the Program Manager and Contracting Officer, including name, phone, email, and address, is also mandated. The document also allows offerors to describe problems encountered and corrective actions taken, explicitly stating that general performance information will be obtained from the references by the government. This attachment is crucial for evaluating an offeror's experience and capability in government contracting.
    The Naval Undersea Warfare Center (NUWC) Division, Keyport, requires a contractor to upgrade the electrical infrastructure in Building 185 to power two containerized units. This involves installing a new power feed from an external transformer station, including new wiring, a fused disconnect switch, a step-down transformer, a service panel, and two 3-phase circuits with pin-and-sleeve receptacles. The contractor is responsible for providing all labor, materials, and equipment, ensuring compliance with safety, environmental, and quality control standards, including specific product requirements for US-made materials. The project demands careful coordination with the Contracting Officer’s Representative (COR), adherence to strict submittal and documentation procedures, and mandatory environmental training for all personnel. Key deliverables include O&M manuals, warranties, and training on new systems, with final acceptance contingent upon complete project documentation and customer concurrence.
    This government file outlines general information, management, administration, site access, utility protocols, and extensive health and safety requirements for construction contractors. Key aspects include adherence to Unified Facility Guide Specifications, contractor responsibility for proposal costs, and strict documentation for joint ventures. The file mandates electronic payroll processing, pre-award site inspections, and detailed reporting (e.g., construction schedules, daily progress, as-built drawings). It defines the Contracting Officer's authority and requires on-site personnel like a full-time Superintendent and Quality Control representative. Safety is paramount, with requirements for a site-specific Accident Prevention Plan, Activity Hazard Analysis, and specific protocols for electrical work, hot work, confined spaces, and weight handling equipment. Environmental protection, hazardous material management, and waste management plans are also critical. A one-year warranty on labor and materials is required.
    The provided government file outlines two distinct contracts: N00253-25-SIMACQ-KPT-102-0056 for an "Electrical Service Upgrade" in Bldg. 185, and NXXXXX-21-C-XXXX for "Replace Breathing Air Filters and Install Carpet" in Bldg. 5094. Both contracts detail requirements for asset installation and removal, emphasizing that costing data must include labor and material for both processes. Key instructions across both include creating a separate line item for each asset when the unit of issue is "EACH," and specifying that asset numbers for new equipment will be created by FMS upon government submittal. The second contract provides specific examples of assets, suppliers, manufacturers, and associated costs, offering a more detailed illustration of the required documentation for equipment installation and removal, including warranty and installation dates.
    The document outlines safety requirements for contractors and subcontractors working at Naval Undersea Warfare Center (NUWC) Division Keyport facilities. It emphasizes that contractors are solely responsible for their employees' safety and must comply with all applicable OSHA, state, and Navy safety regulations, including those for general industry, construction, and specific programs like asbestos, lead, confined spaces, electrical systems, and explosives. Contractors must provide a safe work environment, conduct hazard assessments, implement safety programs, hold regular safety meetings, investigate mishaps, and ensure appropriate training and personal protective equipment (PPE) for their employees. The document also details reporting requirements for injuries and illnesses, as well as procedures for handling hazardous materials, spills, and emergencies across various geographic locations. Specific protocols are provided for working with pressurized systems, lithium-ion batteries, trenching, hot work, and fall protection. The goal is to ensure the safety of all personnel working at NUWC Keyport and its detachments.
    The “Guide to Environmental Compliance Requirements for Contractors and Subcontractors” outlines mandatory environmental compliance for contractors working at Naval Base Kitsap (NBK) Keyport. It covers emergency response, hazardous material and waste management, spill prevention, clean water (stormwater, wastewater), clean air, asbestos, demolition, contaminated sites, excavation, and natural and cultural resources. The guide emphasizes adherence to federal, state, local, and Department of Navy (DoN) regulations. Contractors must comply with environmental policies, obtain necessary approvals for materials and waste, and ensure proper training and certifications. It details procedures for waste designation, container management, accumulation areas, and disposal, highlighting the DoN's commitment to environmental stewardship and the severe consequences of non-compliance.
    The "Operations Security (OPSEC) Guide for Defense Contractors (Rev B)" provides essential OPSEC guidance to government contractors working with the Naval Undersea Warfare Center Division Keyport (NUWCDIVKPT) and other military facilities. Its primary purpose is to ensure compliance and protect National Security Information. The guide defines OPSEC as an analytical process to identify and protect Critical Information (CI) from adversaries. It outlines specific OPSEC applicability based on contract type and access levels, requiring adherence to general OPSEC requirements (Section I), OPSEC training (Section II), and in some cases, the development of contractor-specific OPSEC plans (Section III). Key requirements include strict controls on personal electronic devices, prohibition of discussing government operations publicly, restrictions on posting sensitive information, and proper handling of government-issued identification. Contractors are responsible for integrating OPSEC costs into their proposals and maintaining training records. The document emphasizes that OPSEC supplements traditional security practices and is crucial for mission success.
    This government file is a "SCHEDULE OF PRICES / CONTRACT PERFORMANCE STATEMENT" for a project titled "Bldg. 185 Electrical Service Upgrade" at NUWC Division Keyport - N00253, located in Bldg. 185, Naval Base Kitsap Division Keyport, Keyport, WA. The subcontract/task order number is N00253-25-SIMACQ-KPT-102-0066. The document is structured as a detailed cost breakdown, including columns for Activity ID, Description, Labor, Materials, Equipment, Bond/Insurance, Budget Value, Total Quantity (including Units), Percent Complete, Total Earned to Date, Previous Payments, Billing Amount (earnings this period), and Amount Remaining. While it lists categories for expenses like "Bond (if needed-do not delete)" and "Special Insurance (if needed-do not delete)," all financial entries for individual activities and the overall totals are currently listed as $0.00, and percentage complete values are either 100.00% or 0.00%. The invoice number, subcontractor name, invoice date, and street address are also marked as placeholders (e.g., "0" or "Saturday, December 30, 1899"). The purpose of this document is to serve as a template for tracking costs and performance for the electrical service upgrade project, although it currently contains no actual financial or progress data.
    The provided document is a Bid Form for Solicitation Number N0025325Q0015, detailing the "Bldg. 185 Electrical Upgrade" project at Naval Base Kitsap, Keyport, WA. It serves as a template for contractors to submit a Firm Fixed Price Proposal for CLIN 0001, outlining the costs associated with the electrical upgrade. The form includes example line items for tasks such as air handler installation, site mobilization, and associated labor, materials, and equipment. Contractors are instructed to provide detailed descriptions for all required items, maintaining formulas in total cells. The bid form also accounts for subcontractor performance value, prime contractor and project management costs, and various overheads and profit percentages, culminating in a total proposal amount. The document emphasizes providing sufficient detail for technical and price evaluation.
    The "PRE-PROPOSAL INQUIRY FORM" is a standardized document designed for submitting questions regarding a government solicitation. It requires the submitter to provide the solicitation number, title, date, and their contact information (name, email, phone). Inquiries must be numbered individually, and government responses will be provided in red. The form specifies two email addresses for submission: michelle.a.farrales.civ@us.navy.mil and james.k.wasson.civ@us.navy.mil. This form facilitates clear communication and organized question-and-answer processes between potential contractors and the issuing government agency prior to the proposal submission deadline, ensuring all parties have a clear understanding of the solicitation requirements.
    This government Safety Data Sheet form is a mandatory submission for offerors responding to federal, state, or local RFPs, grants, or similar solicitations. It requires offerors to provide comprehensive safety information, including their DART (Days Away from Work, Restricted Duty, or Job Transfer) and TCR (Total Recordable Case) rates for the five previous complete calendar years. Offerors must explain any missing data or negative trends (DART rates ≥ 3.0, TCR rates ≥ 4.5) and detail corrective actions taken. The form also mandates a two-page Safety Narrative outlining the offeror's Safety Management System (SMS), including management and employee involvement, hazard prevention and control, worksite analysis, and safety training. Additionally, it requires a description of the subcontractor selection process and oversight mechanisms for ensuring subcontractor safety compliance throughout the contract duration. For joint ventures or partnerships, individual safety data sheets are required for each contractor, though only one safety narrative is necessary.
    The OSHA document outlines requirements for recording work-related injuries and illnesses for employers in federal and State Plan States. Employers with fewer than 10 employees or those in certain industries are exempt, but all must report fatalities, inpatient hospitalizations, amputations, or loss of an eye. The document provides forms (Log 300, Summary 300A, Incident Report 301) and instructions for classifying and recording cases, defining work-relatedness, medical treatment, and first aid. It details how to calculate incidence rates and emphasizes the importance of accurate recordkeeping for injury prevention. Employers must post the Summary 300A annually and retain records for five years, with some required to submit data electronically to OSHA.
    Amendment 0001 to Solicitation N0025326Q0004 for the Naval Undersea Warfare Center (NUWC) Division Keyport clarifies the original solicitation by providing answers to pre-proposal inquiries (PPI) and incorporating an updated Statement of Work. Key clarifications include permission for the contractor to notch a metal floor grate, confirmation of electrical equipment routing and grouping, and the requirement for pin-and-sleeve receptacles in containers. The amendment also addresses scheduling of outages, megger testing, grounding electrode system connections, and confirms that an arc flash study and bollards are not required. It provides detailed switchboard specifications and clarifies that the government will not clean conduits. No additional Lockout/Tagout procedures beyond standard requirements are needed. The updated Statement of Work and General Requirements are now located in Section J as new attachments, with the previous SOW attachment being deleted.
    This Statement of Work outlines the requirements for the Naval Undersea Warfare Center (NUWC) Division, Keyport, to upgrade the electrical infrastructure in Building 185. The contractor will provide labor, materials, and equipment to install a new power feed from an exterior transformer station to two containerized units within Building 185. This includes installing new wiring, a fused disconnect switch, a step-down transformer, a service panel, 3-phase circuits with disconnects, and pin-and-sleeve receptacles and plugs. All materials must be new, manufactured in the USA, and meet or exceed specifications. The contractor must adhere to various safety, environmental, and quality control standards, including specific Washington State licensing, relevant military instructions, and industry codes. Critical aspects include coordinating with the Contracting Officer's Representative (COR), managing outages, ensuring personnel are cleared, and complying with strict environmental regulations for waste management and hazardous materials. The project requires extensive documentation, including submittals, operational manuals, warranties, and as-built prints, with all training on new systems to be provided before final payment.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NUWC Keyport Acoustic Trial and Range Sustainment Support Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking proposals for Acoustic Trial and Range Sustainment Support Services under solicitation RFP N6572625R3001 in Seaport NXG. The objective of this procurement is to provide essential engineering services that support the operational capabilities of acoustic trials and range sustainment activities. These services are critical for maintaining the effectiveness and reliability of naval undersea warfare systems. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with Indiana Bolger as the primary contact for inquiries at indiana.r.bolger.civ@us.navy.mil or by phone at 717-605-1723.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. This project aims to enhance the electric and water utility systems critical for supporting nuclear-powered submarines and associated facilities, involving both on-base work and off-base modifications in collaboration with local utility providers. The procurement is unrestricted and will be evaluated based on both price and non-price factors, with a significant emphasis on corporate experience, scheduling, small business utilization, safety, and past performance. Interested contractors must submit their proposals, including various required forms and documentation, by the specified deadlines, and are encouraged to attend a pre-proposal conference on December 16, 2025, for further insights into the project. For additional information, potential bidders can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting numerous service contract opportunities primarily under NAICS code 541330 (Engineering Services) utilizing the Seaport contract vehicle. These contracts encompass a wide array of support services, including acoustic trial and range sustainment, engineering and technical support, logistics, information technology, and business administration, with many contracts set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Women-Owned Small Businesses (WOSB). The ongoing procurement activities indicate a robust demand for these services, with several contracts pending award or anticipated follow-on RFPs in the near future. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    Generator Maintenance and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide generator maintenance and repair services for six electrical motor generators located in Newport, Rhode Island. The procurement includes annual preventative maintenance and emergency repair services, with a requirement for a 24-hour response time for emergency calls, ensuring continuous power for critical shipboard test equipment. Interested contractors must submit a detailed capability statement, evidence of licensing and insurance, and past performance references by November 20, 2025, with a contract expected to be awarded as a Firm-Fixed Price purchase order for one base year and four option years. For further inquiries, contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or call 401-832-2811.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while ensuring continuous power supply during the replacement process, with a completion deadline set for December 31, 2026. This Total Small Business Set-Aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with bids due by January 6, 2026, and a questions due date of December 17, 2025. Interested vendors should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    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.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.