RQ Building 65 Unit Substation Updates
ID: COMBO-AFRL-PZLEQ-2025-0100Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Air Force Materiel Command, is seeking contractors for the RQ Building 65 Unit Substation Updates at Wright Patterson Air Force Base in Ohio. The project involves upgrading the electrical infrastructure, including the repair and replacement of unit substations and panelboards, to meet current manufacturing specifications and regulatory codes. This initiative is crucial for maintaining operational capabilities in aerospace research and ensuring compliance with safety standards. Proposals are due by 3:00 PM on April 4, 2025, with an estimated project value between $500,000 and $1,000,000. Interested parties should contact Jessica Briggs at jessica.briggs@us.af.mil or Mike Hornberger at michael.hornberger.1@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Research Laboratory at Wright-Patterson Air Force Base, Ohio, has issued a combined synopsis/solicitation (Solicitation Number: COMBO-AFRL-PZLEQ-2025-0100) to obtain labor and resources necessary to fulfill a specific Statement of Work dated January 29, 2025. This solicitation is classified as a Request for Proposal (RFP) and is set aside for small businesses within the NAICS code 238210, specifically for electrical contractors and wiring installation. The contractor is required to deliver the requested services to the destination at Wright-Patterson AFB within 18 months of the award. Proposals will be evaluated based on the Lowest Price Technically Acceptable methodology, where price and technical specifications must align with requirements outlined in the Statement of Work. Offerors must adhere to various federal acquisition regulations (FAR) clauses and complete necessary representations and certifications. Additionally, all workers must comply with prevailing wage standards and submit warranty details and the quote's validity period. Quotes are due by March 28, 2025, and should be submitted electronically. For inquiries, contact Jessica L. Briggs or Michael L. Hornberger at the provided email addresses.
    The Air Force Research Laboratory at Wright-Patterson AFB, Ohio, has issued a Request for Proposal (RFP) for the RQ Building 65 Unit Substation Updates. This solicitation requires contractors to provide all necessary labor, resources, and equipment to fulfill the Statement of Work (SOW) dated January 29, 2025. Proposals must address price and technical acceptability, with a focus on demonstrating the ability to meet the SOW's requirements. The government reserves the right to award the contract based on the most advantageous proposal and may reject all submissions if necessary. Key requirements include adherence to prevailing wage rates for workers, submission of warranty documentation, and a declaration of the proposal's validity period. Proposals must be submitted via email by March 24, 2025, at 10:00 AM EDT. Interested parties should direct inquiries and submissions to designated contacts, Jessica L. Briggs and Michael L. Hornberger. Overall, this RFP reflects a structured effort to secure a vendor for essential updates to ensure operational integrity and compliance at the facility.
    The document outlines a federal solicitation for construction work related to upgrading the electrical infrastructure at Building 65, Wright Patterson Air Force Base (WPAFB), Ohio. The solicitation number FA239625RB004 indicates that sealed bids are required, with submissions due by 3:00 PM on March 28, 2025. Contractors must provide all necessary labor, tools, and materials in accordance with the Statement of Work dated January 29, 2025. Essential requirements include performance and payment bonds, acknowledgment of solicitation amendments, and compliance with various Federal Acquisition Regulation clauses related to inspection, payment, and labor standards. The project aims to procure and install electrical equipment necessary for the substation upgrades, emphasizing adherence to safety and quality standards, as well as sustainable practices. The document serves to ensure transparency and fairness in the solicitation process, establishing clear guidelines for potential bidders while underscoring the government's commitment to maintain and enhance military infrastructure.
    The Statement of Work (SOW) outlines the repair and replacement of unit substations and panelboards in Building 65 at Wright-Patterson Air Force Base, managed by the Structural Validation Branch (AFRL/RQVV). Two primary substations, Substation 14 and Substation 12, along with various panelboards, require upgrades due to outdated equipment that fails to meet manufacturing specifications and regulatory codes. The contractor is tasked with replacing specific breakers, installing new switchboards and panelboards, and relocating existing units to comply with the National Electric Code (NEC). Key tasks include providing and installing new equipment, demolishing obsolete gear, and ensuring installations follow safety standards outlined by OSHA and the NEC. The project spans 18 months and is designed to minimize disruption to ongoing research operations. Proper coordination and scheduling are emphasized to manage power outages and avoid impacting critical tasks at AFML. The document serves as a blueprint for contractors responding to the government RFP, detailing necessary work to update electrical infrastructure, enhance safety, and ensure compliance with industry standards, reflecting the government's commitment to maintaining robust operational capabilities in aerospace research.
    This document outlines wage determinations under General Decision Number OH20250081 for building construction projects in Greene County, Ohio, effective from March 14, 2025. It highlights relevant minimum wage rates due to the Davis-Bacon Act and associated Executive Orders. Contracts awarded on or after January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, adhere to a $13.30 per hour minimum. The document details specific wage rates for various construction trades, including electricians, carpenters, and laborers, including both hourly rates and fringe benefits. It also indicates the eligibility for paid sick leave as mandated by Executive Order 13706 and provides procedural guidance for appeals regarding wage determinations. The essence of this determination is to ensure compliance with federal wage standards, bolster worker protections, and foster equitable compensation practices within federally funded construction projects. Overall, this document serves as a critical resource for contractors and employees involved in public building construction projects, ensuring adherence to labor standards and contract specifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    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.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    Industry Day - 711th HPW Mission Support Services Follow On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) small businesses to provide mission support services for the 711th Human Performance Wing (HPW) at Wright-Patterson Air Force Base in Ohio. The procurement aims to secure a range of services, including medical, IT, and advisory support, through multiple Indefinite Delivery Indefinite Quantity contracts, with an estimated ceiling of $505 million. This initiative is crucial for enhancing the operational capabilities of the 711 HPW, which encompasses various specialized units within the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released in the spring of 2026, and all updates will be posted on SAM.gov. For further inquiries, contact Jessica Briggs at jessica.briggs@us.af.mil.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    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, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Maxwell AFB - Airfield Repairs - Amendment 0002
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for which prior registration is required.