YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
ID: FA252125B0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project entails the complete replacement of existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, while maintaining the operational status of the old system during construction. This procurement is critical for ensuring reliable electrical distribution at the airfield, which supports various military operations. Interested contractors should note that the bid submission deadline has been extended to December 16, 2025, at 9:00 AM EST, with a project value estimated between $10 million and $25 million. For further inquiries, potential bidders can contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.

    Files
    Title
    Posted
    The document outlines the
    The provided document is a Question and Answer Template for Solicitation FA252125B0009, related to Project Number YXTK 13-1806, titled ‘Repair Electrical Distribution System Feeder 5, AAAF’. This template is designed for contractors to submit questions regarding the solicitation, specifically referencing sections within the RFP, Statement of Work (SOW), Technical Specifications, Drawings, or other relevant documents. It provides dedicated fields for the contractor's name, point of contact, and the specific location of the inquiry within the solicitation documents. The template's purpose is to streamline the process of clarifying ambiguities or seeking additional information from the issuing government entity during the proposal phase of this electrical system repair project.
    The FA2521-25-B-0009 solicitation outlines procedures for a non-mandatory site visit for the "Repair Feeder 5" project at Ascension Auxiliary Airfield. Prospective offerors are limited to two personnel per bidder, must meet DoD foreign clearance requirements for Ascension Island (AFRICOM and Country clearances), and must request travel clearance at least 35 days prior to the October 6, 2025 departure date. Confirmations, including a completed Contractor Travel Request Form and training certifications, are due by August 22, 2025, 2:00 p.m. EST via email to timothy.johnson@spaceforce.mil. Offerors are responsible for all site visit costs, including a $3,448 round-trip airfare (subject to change), base meals ($4-$12), and lodging ($20/night). All questions must be submitted in writing by October 14, 2025, 4:00 p.m. EST, to timothy.johnson@spaceforce.mil and heather.carino@spaceforce.mil, with all Q&A incorporated as an amendment to the IFB.
    The document, titled "Feeder Five Manhole Photos," primarily consists of descriptions accompanying sets of four photographs. The content indicates the presence of two distinct sets of images: one depicting an "electrical manhole" and another showing a "communications manhole." The repetition of the title and descriptions suggests a file that serves as a visual record or reference for infrastructure related to electrical and communication feeders. The document's purpose is to catalog and present visual evidence of these manholes, likely for assessment, maintenance, or project documentation within a government context such as RFPs or grants where infrastructure details are critical.
    This government file provides responses to contractor questions regarding the 'Repair Electrical Distribution Lines Feeder 5, AAAF' project (Solicitation FA252123B0008). Key points include: Government-provided resources such as Starlink access, free electricity and water hook-ups, diesel fuel, transportation of concrete poles, #57 stone, and Red Hill fill. The project's period of performance is 660 days from the Notice to Proceed (NTP), with 297 days for onsite construction. Contractors are responsible for furnishing most equipment, including heavy and small tools, and providing their own storage containers and temporary generators. Lodging is provided at no cost, and meal charges can be consolidated and paid by credit card. Waste disposal will be local, and salvageable materials will be collected. Work hours can be extended to a 10-hour, six-day-a-week schedule with prior notice. The document also clarifies specifications for electrical components, communication systems, and outlines procedures for material submittals, utility locating, and emergency medical support. Shipping of materials to and from Ascension Island is self-insured by the carrier, with specific guidelines for oversized cargo.
    The document outlines the
    The document details two concrete mix designs, Structural Concrete (TYPE IL) and Structural Concrete (TYPE II), both specifying a strength of 4,000 PSI at 28 days using #57 Stone from the Ascension Island Rock Crusher and imported standard silica sand. Key differences lie in the type of Portland Cement used (Type IL vs. Type II) and their respective mix proportions and water-cement ratios (.44 Lb for Type IL and .47 Lb for Type II). Both designs account for aggregate being saturated surface dry (SSD) and include allowances for additional water due to absorption and weather conditions. A critical operational note for both types is the government batch plant's limitation requiring cement to be placed on top of aggregate on the conveyor. The Type II design additionally warns against exceeding a maximum water-cement ratio of .50 to maintain strength and durability and advises pre-mixing water for absorption 15 minutes before adding cement or mix water.
    The Department of the Air Force has approved the revised Final Governing Standards for Ascension Island (FGS-AI), effective May 11, 2020. This document, prepared by the Air Force Civil Engineer Center, establishes environmental compliance standards for all Department of Defense (DoD) installations on Ascension Island, as mandated by DODI 4715.05. The FGS-AI outlines specific environmental compliance requirements, including technical limits on air emissions and wastewater discharges, and management practices like recordkeeping and reporting. It covers a wide range of environmental aspects, such as air emissions, drinking water, wastewater, hazardous materials and waste, medical waste, petroleum, oil, and lubricants, pesticides, historic and cultural resources, natural resources, PCBs, asbestos, lead-based paint, spill prevention, and underground storage tanks. The document specifies monitoring frequencies, definitions, and criteria for various environmental parameters, ensuring adherence to environmental protection guidelines and regular audits to assess compliance. The Deputy Assistant Secretary of the Air Force (Environment, Safety, and Infrastructure) is the Lead Environmental Component, with AFCEC/CZTQ serving as the primary contact for compliance issues.
    The Space Launch Delta 45 (SLD45) Installation Facilities Standards (IFS) for Ascension Auxiliary Airfield (AAF) outlines specific requirements for construction and systems, supplementing the main SLD45 IFS. This document supersedes previous standards and emphasizes using high-grade, corrosion-resistant materials due to Ascension's highly corrosive environment. It focuses on cost-effective solutions to extend system lifespans. Key sections cover structures, HVAC, and electrical systems, specifying approved manufacturers like Schlage for locks, Trane for HVAC, and Square D for electrical components, to ensure quality and address supply chain challenges in the remote location. Adherence to Unified Facilities Criteria (UFC) documents, including those for DoD Building Code and High-Performance Buildings, is mandatory. The document also specifies material requirements such as bare slip-face block, concrete or composite fence posts, factory-coated aluminum roofing, and inorganic zinc coatings for exposed steel. Coordination and approval are managed by the Chief, Engineering Flight, 45 CES/CEN, and the SLD45 Building Official/AHJ.
    The document appears to be a legend or key for a technical drawing, likely associated with a government Request for Proposal (RFP) for infrastructure projects. It lists various components such as "HV FEED," "LV CABLE," "DRAINAGE," "EXISTING FIRE MAINS," "EMERGENCY SHOWER," and "WATER METER." The inclusion of "WATER FROM ORIGINAL AMERICAN PIPEWORK" suggests a focus on existing infrastructure and potentially its integration or upgrade. The term "ISSUED FOR" indicates that this document is part of a larger set of plans or specifications. Overall, the document serves as a critical reference for understanding the symbols and elements within a detailed engineering or architectural plan related to utilities and safety systems in a government facility or project.
    The document, titled "APPROVAL," is a concise, one-word file. In the context of government RFPs, federal grants, and state/local RFPs, this likely signifies an official endorsement or authorization of a proposal, application, or a stage within a project. While lacking specific details, its brevity implies a definitive positive decision has been made. This document serves as a confirmation that a particular submission or request has met the necessary criteria and has been given the green light to proceed.
    The document outlines project specifications for repairing electrical distribution lines (Feeder 5) at Ascension Auxiliary Airfield in the South Atlantic Ocean. The project, contract TRACES-FA2521-18-D-0002, involves replacing the existing overhead electrical system with new concrete utility poles, underground duct banks, and communication cables, while keeping the old system operational during construction. Key requirements include strict adherence to safety regulations (OSHA, NFPA), environmental compliance, and detailed submittal procedures for all phases of work. The contractor must provide all necessary labor, equipment, and materials, ensuring proper quality control, site access management, and adherence to a 357-day project schedule with 297 days for on-site construction. Specific safety protocols for electrical work, fire prevention, and hazardous material handling are emphasized, along with requirements for managing and disposing of waste materials in accordance with federal and local regulations.
    The provided government file, titled "Photos, Fiber Wall Mount Distribution Cabinets," appears to be a descriptive document likely associated with a Request for Proposal (RFP) or a similar government procurement process. Its primary purpose is to showcase or provide visual information regarding fiber wall mount distribution cabinets, which are crucial components in telecommunications and network infrastructure. While the file contains only the title, the context suggests it would include images and potentially specifications of these cabinets. This type of document would be essential for vendors bidding on projects requiring such equipment, allowing them to understand the exact type, features, or quality of cabinets needed for federal, state, or local government projects related to network upgrades, installations, or expansions.
    The document repeatedly references
    The Recovered Materials Determination Form (Part 1 and 2) and Waiver Form is a federal government document for procurements, specifically YXTK 13-1806 RPR Elect Dist AAAF – Feeder 5, exceeding $3,000 for non-construction items or $2,000 for construction items. This form ensures compliance with EPA-designated recovered materials requirements. Part 1, completed by the specifying authority, identifies applicable EPA-designated items, such as construction, landscaping, office, vehicular, and miscellaneous products. It certifies whether EPA recycled content requirements have been met or justifies exemptions based on unavailability, unreasonable price, or failure to meet performance standards. Part 2, completed by the contractor/supplying agent upon delivery, verifies that EPA recycled content requirements have been met or details any justified exemptions with supporting documentation. The Waiver Form provides a formal justification process for any designated item not meeting EPA standards, requiring detailed rationale and signatures from relevant authorities.
    The provided document outlines the mandatory procedures for contractors to submit Hazardous Materials (HAZMAT) information for review and approval before bringing any hazardous materials onto SLD 45 Installations. All contractors and subcontractors must comply with AFMAN 32-7002 Environmental Compliance and Tracking Procedures. The process requires submitting Safety Data Sheets (SDSs) for each hazardous material to Mr. Richard Blanton or Mr. Thomas Powers, along with details like material type, container size, and quantity. Initial submittals are required before project commencement, with quarterly updates depending on project duration. The "Transient Contractors HAZMAT Usage Worksheet" must be used for all materials, with each type and container size listed separately. Additional materials added during a project also require submittal and tracking. An updated worksheet is required at project completion. This ensures proper tracking and compliance with hazardous material regulations on US Space Force facilities.
    The document appears to be a standardized template or form for cataloging various items and equipment, likely for inventory, procurement, or asset management purposes within a government context, such as federal RFPs, grants, or state/local RFPs. It consistently lists fields for "Item," "Qty.," "Description," "Room No.," "Manufacturer (MFR)," "MFR Address," "MFR Phone," "Model #," and "Serial #." Specific categories of items mentioned include "Feeders," "Grounding," "Flooring Grounding (ESD Flooring)," "Equipment (Transformers, Panel Boards, Disconnects, etc)," "Interior Elect Distribution (Lighting, Switches, Receptacles)," "Dedicated Outside Air Condensing Unit," "Duct Heater," "FN Coil-VRF System," and "Equipment, Fixtures, Piping, etc." Several sections also include a "Warranty Start Date" field, indicating a focus on tracking equipment warranties. The repetitive structure suggests a comprehensive inventory or specification list for a project involving new installations or upgrades, particularly for electrical, HVAC, and general fixtures.
    The document, Solicitation # FA252125B0009, outlines the
    The Ascension Travel Request Form (20250301) is a critical document for individuals seeking to travel to Detachment 2, Ascension Auxiliary Airfield. It outlines comprehensive requirements for country/theater clearance, emphasizing the need for submission at least 35 calendar days prior to travel. The form details necessary organizational and visitor information, including contact details, projected on-site dates, purpose of visit, and specific personal particulars such as full name, date of birth, SSN, gender, nationality, passport information, job title, and personal contact details. A key component of the request is the mandatory completion of specific training and medical certifications. Travelers must complete Anti-Terrorism Level I (AT) training within 12 months of travel, SERE 100.2 (Civilian Course) within 36 months, and ISOPREP completion within 12 months. The document provides detailed instructions and contact information for accessing these training modules via Joint Knowledge Online (JKO) and for completing the ISOPREP process. It also mandates that all members confirm medical preparedness for travel in accordance with corporate guidelines. The form strictly adheres to the Privacy Act of 1974 and contains Controlled Unclassified Information (CUI), underscoring the sensitive nature of the data collected.
    This document outlines a Request for Proposal (RFP) for the repair and replacement of the electrical distribution system, Feeder 5, at Ascension Auxiliary Airfield (AAAF) in the South Atlantic Ocean. The project, estimated between $10 million and $25 million, requires the contractor to provide all labor, equipment, and materials to replace existing overhead lines and poles with new infrastructure, including underground duct banks and manholes. Key requirements include a 660-calendar day period of performance after receiving the Notice to Proceed (NTP), adherence to strict material submittal and approval processes, and specific guidelines for transportation of materials and equipment, with some sealift transportation provided by the U.S. Government. The contractor is responsible for travel and per diem costs, submitting progress schedules, and ensuring proper licensing for all operators. Government support, such as housing, fuel, and utilities, will be provided. The document details payment terms, including progress payments, and outlines clauses for liquidated damages ($471.76/day for the first day, then $383.19/day), limitations on subcontracting (85% for general construction), and performance and payment bonds (100% of contract price).
    This document outlines Amendment/Modification 0002 to Solicitation FA252125B0009, issued by the Department of the Air Force, for a project at Ascension Auxiliary Airfield (AAAF). Key changes include extending the bid submission deadline to December 16, 2025, at 9:00 AM EST, updating the USTRANSCOM airfare rate to $3,238 (one-way) for FY26, and revising the 2025-2026 Ascension Flight Schedule. The amendment details critical information for contractors, such as packaging and shipping requirements for materials to Ascension Island via sealift and air, travel and per diem policies, and procedures for requesting government support (vehicles, housing, fuel, utilities). It also specifies bid submission instructions, including electronic submission guidelines, required attachments, and the bid opening date on December 16, 2025, at 10:30 AM EST via teleconference.
    This document is Amendment 0001 to Solicitation Number FA252125B0009, issued by FA2521 45 CONS LGC on October 24, 2025. The primary purpose of this amendment is to extend the deadline for offer submissions from November 6, 2025, to December 8, 2025. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of an offer.
    Similar Opportunities
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 341st Contracting Squadron, is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom Air Force Base (AFB) in Montana. The project includes the installation of new circuits, conduits, conductors, and connections to existing transformers, with conduits to be installed via directional drilling. This procurement is a 100% Small Business set-aside under NAICS code 237130, with an estimated contract value between $500,000 and $1,000,000, aimed at engaging small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) as prime contractors. Interested parties must submit their business information, including small business status and Cage Code/UIE, to 1st Lt Alessandra Ramirez by December 9, 2025, to be considered for this opportunity.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Install Redundant Power Distribution
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of redundant power distribution systems at Cape Canaveral, Florida. This project aims to enhance the reliability and efficiency of power distribution, which is critical for operational continuity in military facilities. The procurement falls under the NAICS code 237130, focusing on construction related to power and communication line structures, and is set aside for 8(a) competed businesses. Interested contractors should reach out to Leigh Dedrick at leigh.a.dedrick@usace.army.mil for further details regarding the solicitation process.
    RELAY GROUND STATION - SOUTH (RGS-S) ANTENNA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build contract to construct the Relay Ground Station - South (RGS-S) Antenna at Schriever Space Force Base in Colorado. This project aims to provide essential facilities and infrastructure to support the Space Force's operations, including concrete pads, antenna foundations, utilities, and backup systems, all within a restricted area. The contract is a total small business set-aside under NAICS code 237130, with an estimated construction magnitude between $10 million and $25 million. Proposals are due by December 9, 2025, and must be submitted electronically via the PIEE system; interested parties can direct inquiries to Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through 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 in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    Construction Basic Ordering Agreement
    Buyer not available
    The Department of Defense, through the 765th Air Base Squadron, is seeking additional contractors for the Construction Basic Ordering Agreement (CBOA) at Lajes Field, Terceira Island, Azores, Portugal. This opportunity allows for the on-ramping of new contractors to participate in a range of maintenance, repair, and design-build construction projects, which may include various trades such as demolition, electrical, and HVAC services. The solicitation has been extended, with the new closing date for submissions set for February 2, 2026, and all interested parties must be registered in the System for Award Management (SAM) and possess a Construction Certificate from the Instituto dos Mercados Públicos do Imobiliário e da Construção (IMPIC) in Portugal. For further inquiries, potential offerors can contact Andrea Silva at andrea.silva.1.pt@us.af.mil or Jovita Salvador at jovita.salvador.pt@us.af.mil.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.