Power Installation
ID: FA850125Q0058Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8501 OPL CONTRACTING AFSC/PZIOROBINS AFB, GA, 31098-1672, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a project involving the installation of a new 30 KVA transformer and a 42-space electrical panel at Robins Air Force Base in Georgia. The project entails replacing an existing 9 KVA transformer and a 24-space electrical panel, along with re-routing existing circuits to the new panel, all while adhering to relevant safety and regulatory standards. This procurement is critical for upgrading the electrical infrastructure to ensure operational efficiency and compliance with federal regulations. Interested vendors must attend a mandatory site visit on August 13, 2025, and submit their quotations by July 29, 2025, with all proposals evaluated based on technical acceptability and price. For further inquiries, vendors can contact Hannah Carreiro at hannah.carreiro@us.af.mil or Alycia Smith at alycia.smith.6@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is soliciting quotations for the installation of a 30 KVA transformer and a new 42 circuit 120/208v 100-amp panel at Robins Air Force Base, Georgia. The solicitation, numbered FA850125Q0058, is a Request for Quotation (RFQ) open from July 15, 2025, to July 29, 2025. A site visit is scheduled for July 18, 2025, to provide potential bidders with further information. The project includes compliance with federal regulations and requires bidders to submit technical proposals and price quotations via email. Offers must be valid for at least one month post-deadline, with specific forms outlining company information and technical capabilities. Evaluation criteria will assess technical acceptability and price, with only technically acceptable offers considered for award. Provisions related to telecommunications and cybersecurity compliance must be met, ensuring that bidders do not utilize prohibited equipment as per current federal guidelines. This solicitation exemplifies the government’s approach to procure necessary services while maintaining safety and regulatory standards in their projects.
    The government file FA850125Q0058 Power Installation outlines a mandatory site visit for vendors interested in the project. The visit is scheduled for Wednesday, August 13, 2025, at 9:00 AM EST, at which time all vendors must arrive at the Visitors Center. Chad Keadle, IT Project Manager, and Alycia Carter PCO, AFSC/PZIOB, are the sponsors. Vendors requiring base access must RSVP by August 12, 2025, at 12:00 PM EST, by emailing Chad Keadle at joel.keadle.1@us.af.mil with their personal identification details. Upon receiving a pass, vendors should call Chad Keadle at (478) 319-6795 to coordinate the meeting location. This site visit is highly encouraged for all interested parties to fully understand the project requirements.
    A site visit for vendors regarding the Power Installation project (FA850125Q0058) is scheduled for July 18, 2025, at 9:00 AM EST, at the Visitors Center. Vendors must arrive on time and those without base access should notify the organizers to arrange a temporary pass. The points of contact are Chad Keadle, IT Project Manager, and Alycia Carter, PCO. Vendors are required to RSVP by July 17, 2025, at 12:00 PM EST, using the provided email address. Information needed for access includes full name, last four digits of Social Security number, birthdate, license number, and the state of issuance. After obtaining a pass, attendees should contact Mr. Keadle to coordinate details. It is emphasized that vendors should refrain from contacting Mr. Keadle outside business hours. All other information in the solicitation remains unchanged, indicating that this site visit is a crucial step in the RFP process for potential contractors and aligns with federal protocols for project proposals.
    The document outlines the Statement of Work for a power upgrade project at RAFB, requiring the installation of a 30 KVA transformer and a new 42-circuit 120/208v 100 amp panel. The contractor must integrate these components into the existing power system while ensuring proper safety and compliance with relevant codes. Additional tasks include wiring, conduit installation, overcurrent protection, and post-installation testing, all of which must occur outside regular business hours. The government will provide necessary access and reference materials, while the contractor must follow OSHA standards for safety. It also mandates proper cleanup and disposal of waste generated during the project, along with liability for any damage caused by improper installation. The document includes contact information for key personnel involved in the project. Overall, it sets forth essential guidelines and expectations for the contractor to ensure a successful power upgrade while maintaining safety and compliance.
    This Statement of Work (SOW) outlines the requirements for upgrading electrical infrastructure, including removing a 9 KVA transformer and 24-space electrical panel, and installing a new 30 KVA transformer (480V to 208/120V) and a 42-space 100-amp panel. The project involves re-routing all existing circuits to the new panel. A comprehensive site survey is strongly recommended to assess existing conditions, plan the installation, and identify potential obstructions. All work must occur after normal business hours, preferably on weekends, due to power shutdown requirements. Key tasks include site assessment, safe disconnection of existing systems, installation of the new suspended transformer and electrical panel, re-routing and reconnecting circuits, and structural work for transformer support. The SOW specifies materials, adherence to NEC, local electrical codes, OSHA, and other relevant standards, along with safety protocols, circuit documentation, and warranties. Special conditions emphasize minimizing disruption, pre-fabrication, and coordination with facility operations.
    This Statement of Work (SOW) outlines the requirements for upgrading electrical infrastructure, specifically replacing a 9 KVA transformer and a 24-space electrical panel with a new 30 KVA transformer and a 42-space panel. The project involves a comprehensive site survey to assess existing conditions, followed by the safe disconnection of the old system, installation of a new 30 KVA 480V to 208Y/120V transformer, and a new 100-amp 208/120V 3-phase, 42-space electrical panel. All existing circuits will be re-routed to the new panel. The work must comply with NEC, local electrical codes, OSHA, and other relevant standards, and is to be performed after normal business hours. Deliverables include circuit schedules, equipment documentation, warranty information, and test reports. A site survey is strongly recommended for detailed planning.
    Lifecycle
    Title
    Type
    Power Installation
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    59--TRANSFORMER,POWER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 units of power transformers under solicitation number NSN 5950014376019. The procurement is set aside for small businesses, in accordance with FAR 19.5, and aims to fulfill specific military requirements for electrical equipment components. These transformers are critical for various defense applications, ensuring reliable power distribution and specialty functions. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is expected within 166 days after order, and all responsible sources are encouraged to participate.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    59--TRANSFORMER,POWER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a power transformer, specifically NSN 5950012825494. The requirement includes the delivery of one unit to the DLA Distribution Depot Hill within 163 days after order, and the item must conform to the specifications outlined in the source-controlled drawing, with an approved source identified as 97942 593R818A01. This procurement is critical for maintaining operational readiness and ensuring the reliability of electrical systems within defense operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Island Creek Switchyard Transformer
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design, manufacture, delivery, reassembly, and testing of two JHK - Island Creek Switchyard Transformers, as part of a Women-Owned Small Business (WOSB) set-aside contract. This procurement aims to support the Roanoke River, Island Creek Pumping Plant by providing essential electrical equipment, including spare parts and documentation, with a focus on compliance with rigorous specifications and cybersecurity standards. The contract is structured as a Firm Fixed Price arrangement, with proposals due by February 9, 2026, and inquiries accepted until January 27, 2026. Interested parties should contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further details.
    Power Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for power supplies as part of a competitive Request for Quote (RFQ) issued by the Air Force Test Center located at Eglin Air Force Base in Florida. The procurement is aimed at acquiring new equipment, as refurbished or used items will not be accepted, and requires offerors to provide a detailed technical description of the items. This opportunity is significant for companies in the Aircraft Engine and Engine Parts Manufacturing sector, as it aligns with the government's need for reliable and compliant power supply solutions. Interested vendors must submit their quotes and relevant product literature by 10:00 AM CST on December 4, 2025, and can direct inquiries to Brittany Linthicome at brittany.linthicome@us.af.mil.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    59--TRANSFORMER,POWER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 43 units of power transformers under solicitation number NSN 5950012577984. This procurement is set aside for small businesses and aims to fulfill specific military requirements for electrical and electronic equipment components. The selected vendor will be responsible for delivering the transformers to DLA Distribution within 227 days after order, with no hard copies of the solicitation available; all submissions must be made electronically. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and are encouraged to review the solicitation details on the DLA's website.
    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.
    RFI: IDR Power Upgrade
    Buyer not available
    The Department of Defense, specifically the Space Rapid Capabilities Office (SpRCO), is seeking information from small businesses regarding their capabilities to provide electrical services for an Intermediate Data Room (IDR) Power Upgrade at Kirtland Air Force Base in New Mexico. The project entails furnishing and installing new conduit, wiring, and electrical devices for three 30-amp vertical Power Distribution Units (PDUs), as well as converting existing receptacles and upgrading electrical panels to meet increased power demands. This RFI is part of market research to identify potential procurement strategies and does not guarantee future contracts; interested parties are encouraged to submit a detailed capability statement by emailing the designated contacts, Tyler Breedlove and Erica Talley, with responses due by the specified deadline.