Notice of Intent to Sole Source - Switchgear Replacement Effort
ID: FA9101-25-R-B009Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)
Timeline
    Description

    The Department of Defense, specifically the Air Force Test Center at Arnold Air Force Base in Tennessee, intends to issue a sole-source Indefinite Delivery Contract (IDC) for the replacement of aging switchgear systems with iso-phase Gas-Insulated Switchgear (GIS) from Siemens Industry Inc. This procurement aims to modernize electrical utility systems that date back to the 1950s and 1960s, enhancing safety and operational efficiency while supporting critical research, development, test, and evaluation missions at the Arnold Engineering Development Complex (AEDC). The anticipated award date for this contract is May 5, 2025, with a call for capabilities statements from other responsible sources open until March 20, 2025. Interested parties may contact Greggory Jones at greggory.jones.4@us.af.mil or by phone at 931-454-6372 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the Switchgear Replacement Effort at Arnold Engineering Development Complex (AEDC) outlines the requirements for the design, supply, and installation of iso-phase gas-insulated switchgear (GIS). Initiated due to the aging utility systems from the 1950s and 1960s, this effort aims to modernize and enhance electrical utility sustainment to support AEDC's research, development, test, and evaluation mission. The SOW emphasizes contractor responsibilities, including managing project delivery orders, adhering to quality control standards, and ensuring compliance with various regulatory codes. Key roles such as project management, supervision, and engineering oversight are detailed, each requiring specific experience. The procurement approach is a sole-source indefinite delivery contract designed to promote efficiency and responsiveness to AEDC’s needs. Effective coordination and collaboration with other contractors and government entities are prioritized. The document also outlines necessary guidelines for health, safety, and security measures during contractor operations, highlighting the necessity for contractor compliance with federal and Air Force regulations. Overall, this SOW underscores the government’s commitment to mitigating risks associated with outdated equipment while enhancing capabilities critical for national defense and aerospace advancements.
    The Air Force Test Center (AFTC) at Arnold Air Force Base, TN plans to issue a sole source Indefinite Delivery Contract (IDC) for the replacement of switchgear, specifically iso-phase Gas-Insulated Switchgear (GIS), with Siemens Industry Inc. as the selected contractor. The IDC aims to enhance safety by utilizing a design that isolates each phase of the switch, which mitigates the risk of electrical arc-flash incidents that could endanger personnel. The anticipated award date is set for May 5, 2025, and the government is open to receiving capabilities statements from other responsible sources until March 20, 2025. However, this notice does not solicit competitive proposals. A complete justification for this sole-source contract is documented, with attachments providing further details on the statement of work and approval documentation. This memorandum illustrates the government's procurement process for specialized equipment under the authority of FAR regulations, indicating its commitment to maintaining safety standards within its operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Pad-Mounted Switchgear
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 15kV Pad-Mounted Switchgear Transformer to be delivered to Joint Base Charleston, South Carolina. This equipment is critical for maintaining electrical operational integrity and safety, featuring a 12.5 kA short-circuit rating and constructed from 304L stainless steel with SF6 gas insulation for enhanced reliability and personnel safety during maintenance. Interested small business vendors under NAICS code 335313 must submit their quotes via email, ensuring compliance with technical requirements, with a maximum delivery timeframe of 96 weeks post-award. For further inquiries, potential offerors can contact Edward Maxted-Sorensen at edward.maxtedsorensen.1@us.af.mil or Matthew Michel at matthew.michel@us.af.mil.
    Main Power Switchboard MSB2
    Buyer not available
    The Department of Defense, through the Air Force Test Center (AFTC), is conducting market research to identify potential sources for the procurement of a Main Power Switchboard (MSB2) at Middleton, Florida. This opportunity specifically seeks capabilities statements from vendors, particularly small businesses, under NAICS Code 335313, which pertains to the manufacturing of switchgear and switchboard apparatus. The procurement is crucial for ensuring reliable power distribution within Air Force operations, and interested parties are encouraged to provide their business size, socio-economic status, and estimated lead time for delivery, which will be FOB destination. For further inquiries, respondents may contact Shane Quinn at shane.quinn@us.af.mil or Francisco Arredondo at francisco.arredondo.4@us.af.mil, noting that participation is voluntary and costs incurred will not be reimbursed.
    7 CES High Voltage Switchgear Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of high voltage switchgear at Dyess Air Force Base in Texas. The project entails comprehensive tasks including the demolition, removal, and installation of switchgear and associated components, with strict adherence to OSHA standards and safety protocols to minimize disruption and ensure environmental responsibility. This procurement is crucial for maintaining the operational integrity of electrical systems at the base, and it is set aside for small businesses under the SBA guidelines. Interested contractors should contact Sydney Fontenot at sydney.fontenot@us.af.mil or 325-696-3834, or Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or 325-696-3836 for further details.
    J061--Switchgear Annual Maintenance and Inspection INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole-source contract with ASCO Power Services Inc. for the annual maintenance and inspection of emergency power equipment at the C.W. Bill Young Veterans Administration Medical Center. This procurement is essential for servicing and troubleshooting the 12470-volt and 480-volt ASCO paralleling switchgear across the Bay Pines VA Healthcare System, ensuring system reliability and enhancing emergency power capabilities within the VA healthcare infrastructure. The contract will span one base year with four additional option years, and interested parties are invited to submit input regarding competitive bids by March 14, 2025, at 2:00 PM EST to Contracting Officer Michael A. Shook at Michael.Shook@va.gov or by phone at 813-972-2000 Ext 2819.
    Amendment 0002 - Project Manager Expeditionary Energy and Sustainment Systems (PM E2S2) Power Distribution Illumination Systems, Electrical (PDISE)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking proposals for the procurement of Power Distribution Illumination Systems, Electrical (PDISE) under a total small business set-aside contract. This initiative aims to provide standardized power distribution systems essential for military operations, ensuring reliability and compliance with Department of Defense specifications. The contract, structured as a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ), has an estimated ceiling of $58 million and includes a five-year minimum period with an optional four-year ordering phase. Interested vendors should direct inquiries to Jessica Hawkins or Mary Suda via the provided email addresses, with all proposals due by the specified deadline outlined in the solicitation documents.
    6110--676-22-122 Replace Electrical Switchgear
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of electrical switchgear, transfer switches, generators, and transformers at the Tomah VA Medical Center in Wisconsin, under project number 676-22-122. The procurement aims to modernize critical electrical infrastructure to ensure reliable operational services, including steam heat and sterilization, as the existing equipment is outdated and prone to failure. This project is particularly significant as it underscores the VA's commitment to enhancing healthcare facilities for veterans while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested bidders must submit their proposals by March 27, 2025, at 10:00 AM CDT, and can direct inquiries to Contracting Officer Gregory T Block at Gregory.Block@va.gov. The estimated project budget ranges from $1,000,000 to $2,000,000.
    RQ Building 65 Unit Substation Updates
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory at Wright-Patterson Air Force Base, Ohio, is seeking proposals for the RQ Building 65 Unit Substation Updates. This procurement involves the repair and replacement of outdated electrical substations and panelboards to ensure compliance with regulatory codes and enhance operational safety. The project is critical for maintaining the integrity of electrical infrastructure that supports ongoing aerospace research operations, with a focus on minimizing disruptions during the upgrade process. Proposals are due by March 24, 2025, at 10:00 AM EDT, and interested contractors should direct inquiries to Jessica Briggs at jessica.briggs@us.af.mil or Michael Hornberger for further details.
    Dual Source High Resistance Bridge
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking market insights for the acquisition of a Dual Source High Resistance Bridge and related equipment due to obsolescence of existing systems. The procurement aims to enhance the Army's Test, Measurement, and Diagnostic Equipment capabilities, which are critical for maintaining accurate electrical testing standards. Interested vendors are required to submit a white paper detailing their company information, including business size and socio-economic status, by March 3, 2025, to the designated contacts, Taylor Siskoff and Portia Sampson, via email. It is important to note that this Request for Information does not guarantee future contracting opportunities, and all submitted information will become government property.
    59--SWITCH,ELECT.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for electrical switch components under the solicitation titled "59--SWITCH,ELECT." This procurement focuses on the manufacturing of switchgear and switchboard apparatus, which are critical for various military applications and electrical systems. Interested vendors can find additional details and submit inquiries via the DLA's online platform, with all communications directed to the buyer listed in the solicitation document. For further assistance, questions can be emailed to DibbsBSM@dla.mil, and potential bidders should ensure they are familiar with the solicitation requirements before the submission deadline.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the U.S. Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to replace the main building generators and related equipment, requiring the selected contractor to provide all necessary management, personnel, materials, and equipment under a firm-fixed-price contract exclusively for small businesses. This project is crucial for ensuring operational continuity for the facility, which serves approximately 600 retired military personnel, and compliance with federal regulations is mandatory. Interested contractors must submit their proposals electronically by March 14, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.