Purchase and Install Power Transformers
ID: FA282325Q3007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing (334416)

PSC

COILS AND TRANSFORMERS (5950)

Set Aside

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

    The Department of Defense, specifically the Air Force Test Center at Eglin Air Force Base in Florida, is seeking qualified contractors to purchase and install power transformers as part of a competitive Request for Quote (RFQ). The procurement involves replacing 37 medium power transformers and 13 light switches, with contractors responsible for managing all aspects of the project, including materials, labor, and compliance with safety standards and airfield regulations. This initiative is crucial for maintaining the electrical infrastructure necessary for ongoing aircraft operations, ensuring safety and efficiency in the process. Interested small businesses must submit their offers by 12:00 PM Central Standard Time on June 5, 2025, and can direct inquiries to Liudmila "Lucia" Stidam at liudmila.stidam@us.af.mil.

    Point(s) of Contact
    Liudmila "Lucia" Stidam
    liudmila.stidam@us.af.mil
    Paul L. Brinckhaus
    paul.brinckhaus@us.af.mil
    Files
    Title
    Posted
    The Contractor Safety Guide for Eglin Air Force Base outlines essential safety regulations and requirements for contractors working on the installation. Emphasizing compliance with OSHA and other relevant laws, it delineates the contractor's responsibilities to maintain a safe work environment, including training employees on safety hazards and ensuring proper use of personal protective equipment (PPE). Key procedures include immediate notification of mishaps, including injuries or property damage, and compliance with specific operational guidelines like traffic and electrical safety. The guide also stipulates requirements for special areas such as confined spaces, excavation, and FOD prevention, ensuring contractors mitigate risks associated with their activities. The document underscores the importance of coordination with safety offices and adherence to general and site-specific safety protocols, particularly during challenging conditions like inclement weather. Overall, this guide serves as a crucial resource for maintaining safety standards while performing work on Eglin AFB, thereby supporting the integrity of government contracts and operations.
    The document outlines the Industrial Safety and Health Requirements for contractors as part of a Performance-Based Work Statement for the Air Force. It mandates the submission of a detailed Safety and Health Plan that specifically addresses compliance with federal, state, and local laws, including OSHA standards. The contractor is held accountable for the safety of both their employees and any subcontractors, ensuring that workplaces are free from recognized hazards and that proper protective measures are in place. Key sections cover various safety protocols including the handling of hazardous materials, compliance with safety regulations for specific job functions (like scaffolding and aerial lifts), and procedures for incident reporting and mishap notifications. Environmental, safety, and occupational health considerations are paramount with strict guidelines for inspections, toxicology testing, and coordination with government safety offices. The document emphasizes the contractor's responsibility to maintain a comprehensive safety program and ensure all employees undergo relevant training. Overall, it underscores the Air Force's commitment to ensuring comprehensive safety measures are integrated into all contracted operations, reflecting the importance of adherence to safety standards in government contracting.
    The document is a combined synopsis and solicitation for a competitive Request for Quote (RFQ) issued by the Operational Contracting Division of the Air Force Test Center at Eglin AFB, Florida. It seeks bids for Power Transformers, adhering to a Statement of Work dated 18 March 2025, and is classified under FAR Part 12 for commercial items and FAR Part 13 for simplified acquisition procedures. This procurement is a 100% Small Business set-aside, and bidders must indicate their business size in their proposals. The acquisition's NAICS code is 334416, with a size standard of 550 employees, and a firm-fixed price purchase order will be awarded to the lowest priced, responsible offeror that meets technical requirements. Offers must remain firm for 30 days, and no costs will be reimbursed for offer preparation. The document emphasizes the necessity for terms of warranty and price or discount details while confirming that adequate price competition is expected. Bidders must submit representations and certifications unless already available in their SAM profile.
    The document pertains to the request for proposals (RFP) for the purchase and installation of power transformers, specifically querying the characteristics of the transformers involved in the project. The inquiries from potential vendors address critical specifications, including type, frequency, configuration, and enclosure type of the transformers. The responses confirm that the required transformers are dry type units, with the contractors tasked to verify frequency and configuration, which should match existing installations. A specific enclosure type is confirmed as NEMA 3R. This information is essential for vendors to provide accurate quotes and ensure that the installations meet project requirements. The overall purpose of the document is to clarify specifications to foster competitive bidding while ensuring compliance with project standards.
    The government file FA282325Q3007 outlines the procurement process for the purchase and installation of power transformers. The document addresses numerous contractor inquiries related to the Scope of Work (SOW), including the replacement of transformers, existing wiring conditions, panelboards, and other related components. The Air Force clarifies that while transformers must be replaced, existing wiring and components can be reused if they meet safety standards. Contractors are granted discretion to assess wiring and make necessary replacements as needed. The file also discusses logistical considerations for contractor access, storage of materials, and potential budget inquiries, which remain confidential. All available electrical drawings are provided as attachments to assist contractors. This procurement initiative demonstrates the government's intention to upgrade electrical systems while maintaining flexibility in contractor operations, ensuring compliance with safety codes and optimizing project execution.
    The government document FA282325Q3007 outlines the requirements for purchasing and installing power transformers at Eglin Air Force Base. It addresses various inquiries as the project progresses. Key points include the exemption from tax, the flexibility of the award date, and clarification on the scope of work emphasizing the replacement of transformers while allowing the reuse of existing components in good condition, such as wiring and panelboards. Contractors have the discretion to assess wiring and are responsible for ensuring compliance with applicable codes. Safety concerns dictate that any non-compliant elements should be replaced, which may require adjustment to the contract. The document provides references to attached electrical drawings for contractor guidance and lays out operational considerations like contractor staging areas and access to job sites. It emphasizes that only specified components are necessary for replacement. This project reflects ongoing investment in infrastructure and adherence to safety standards, positioning it within the context of federal contracting procedures for facility upgrades.
    The federal project FA282325Q3007 involves the purchase and installation of power transformers, specifically focusing on upgrade efforts for existing systems. Contractors are given discretion on whether to replace wiring and conduits, with the existing transformers being the primary focus for replacement. There are no brand preferences for new transformers as long they align with existing specifications. The document mentions required assessments of components, such as the necessity of replacing switches and the condition of wiring. Responses indicate that assessment of the wiring and confirmation of safety compliance are at the contractor's discretion, allowing for the reuse of existing components unless code violations necessitate replacements. Additionally, visual inspections and prior condition assessments are stressed, with contractors asked to quote services for a complete, turn-key project. The document aims to facilitate a clear understanding of requirements and expectations for bidding contractors while ensuring compliance with relevant electrical codes and regulations. Overall, the emphasis is on efficiency, safety, and adherence to existing infrastructure capabilities during the transformer upgrade process.
    The project at Eglin Air Force Base (AFB) focuses on repairing the electrical circuits of sunshades for the 33rd Fighter Wing aircraft parking apron. Contractors must manage all aspects—materials, labor, and equipment—while adhering to safety standards, airfield regulations, and ensuring minimal disruption during ongoing aircraft operations. The scope includes replacing 37 medium power transformers and 13 light switches, requiring comprehensive survey and design work. Contractors must secure necessary training for airfield access, conduct Foreign Object Debris (FOD) inspections daily, and maintain clean work areas. Coordination with Airfield Management is crucial, especially during emergencies or severe weather conditions. Compliance with Unified Facilities Criteria and safety guidelines is mandated throughout the project. A pre-performance conference will finalize schedules and staging areas for materials, ensuring a structured approach to execution while prioritizing operational safety and efficiency.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    59--TRANSFORMER,POWER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the power transformer (NSN 5950012979664). This solicitation is a Total Small Business Set-Aside, aimed at manufacturers within the Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing industry, under NAICS code 334416. The transformers are critical components in various electrical and electronic equipment applications, ensuring reliable power distribution and functionality. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, with the deadline for quotes set for 105 days after the award date.
    59--TRANSFORMER,POWER A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 19 units of the Power Transformer (NSN 5950012650328). This solicitation is classified under the NAICS code 334416, which pertains to the manufacturing of electrical components, and is a qualified products list (QPL) item, indicating specific standards must be met. The transformers are critical components for various military applications, ensuring reliable electrical performance in defense systems. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 171 days after the award of the contract.
    59--TRANSFORMER,POWER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three power transformers, identified by NSN 5950012612472. The solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for electrical and electronic equipment components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 168 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    TRANSFORMER,POWER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of power transformers under a federal contract. The primary objective is to acquire transformers that meet specific technical and quality requirements as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. These transformers are critical components for various defense applications, ensuring operational readiness and reliability of naval systems. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines as detailed in the solicitation documents.
    59--TRANSFORMER,POWER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 units of power transformers, identified by NSN 5950012818171. This solicitation is a Total Small Business Set-Aside, aimed at sourcing welding and soldering equipment manufacturing, specifically under the NAICS code 333992. The transformers are critical components in electrical and electronic equipment, and the selected vendor will be responsible for delivering the units to DLA Distribution San Joaquin within 157 days after order. Interested parties must 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
    Dept Of Defense
    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.
    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.
    59--TRANSFORMER,PULSE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking quotes for the procurement of 153 units of the Pulse Transformer (NSN 5950012978818) as part of a total small business set-aside contract. The delivery of these transformers is required at the DLA Distribution Depot Hill within 142 days after the order is placed. These transformers are critical components in various electrical and electronic equipment applications, underscoring their importance in defense logistics. Interested vendors must 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 will not be provided.
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    59--TRANSFORMER,PULSE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of pulse transformers, specifically NSN 5950012583994. The solicitation includes three lines for delivery of a total of four units, with varying delivery timelines ranging from 60 to 297 days after order. These transformers are critical components in electrical and electronic equipment, underscoring their importance in defense operations. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the DLA's buyer via email at DibbsBSM@dla.mil.