7 ASOS, FORT BLISS, PURCHASE, ASSEMBLY AND PLACEMENT ELECTRICAL POWER AND COMMUNICATIONS TO MOBILE SCIF
ID: FA466125R0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase, assembly, and placement of electrical power and communications infrastructure for a mobile Sensitive Compartmented Information Facility (SCIF) at Fort Bliss, Texas. Contractors are required to provide all necessary labor, materials, and equipment to install a new 200-foot underground raceway for a 200-amp electrical feed and 200 feet of armored fiber optic cables, with a performance period of approximately 60 calendar days from the notice to proceed. This project is a total small business set-aside, with an estimated value between $25,000 and $100,000, and proposals are due by August 8, 2025. Interested parties can reach out to Marshal Khinno at marshal.khinno@us.af.mil or Danny L. Webb at danny.webb.2@us.af.mil for further inquiries.

    Files
    Title
    Posted
    This government file, likely an architectural or engineering plan for an RFP, details electrical and structural modifications. It includes a cover sheet, site plan for new construction, and specific architectural details. Key elements involve the installation of a new meter, main disconnect switch, and conductors, connecting them to an existing panel and transformer. The plan emphasizes critical details such as providing half-lapped wraps of electrical tape for RGS stanchions and buried conduits for corrosion protection, and ensuring proper sealing of all penetrations for the new main disconnect. The document also specifies conduit for the grounding electrode conductor to the ground rod and outlines the integration of new racks and switches, indicating a clear focus on electrical system upgrades and associated structural considerations.
    The document outlines specifications for a construction project involving site plans and electrical systems. It includes a cover sheet, site layout for new construction, and detailed notes on electrical installations. Key instructions highlight the need for proper wrapping of electrical conduits with tape for protection, securing grounding systems to electrodes, and establishing connections between a new main disconnect switch and existing electrical panels. Additionally, the project specifies the transition of conduit types, ensuring all penetrations are sealed and new electrical conductors are correctly installed. The document serves as a guideline for contractors responding to RFPs, emphasizing adherence to safety protocols and electrical standards necessary for project compliance and successful implementation. Overall, it reflects due diligence in ensuring a comprehensive and safe electrical framework within the construction efforts.
    The document provides detailed specifications for the mechanical, electrical, and structural components of a facility, including HVAC systems, electrical configurations, and data/communication setups. It outlines the design requirements for equipment such as air intake and exhaust fans, a UPS system, and various types of receptacles, alongside a summary of their respective locations and specifications. Additionally, it highlights various safety and operational features, suggesting compliance with technical standards and performance specifications for optimal functionality.
    This Statement of Work outlines requirements for the purchase, assembly, and placement of electrical power and communications infrastructure for a Mobile SCIF at Ft. Bliss, Texas. The contractor must provide all labor, materials, and equipment for installing a new 200-foot underground raceway for a 200-amp electrical feed and 200 feet of armored fiber optic cables. Key tasks include coordination with Rio Grande Electric, NEMA 3R panel installation, fiber optic splicing, system testing, and debris removal. The project has an approximate 60-day performance period. The contractor must submit a work schedule, provide as-built drawings, and offer a one-year warranty on materials and workmanship. Work hours are Monday to Friday, 8:00 AM to 4:30 PM, excluding federal holidays. The document also details regulations for material disposal, inspections, damage responsibility, government-furnished resources, site access, vehicle requirements, safety protocols (OSHA, Army Corps of Engineers Manual 385-1-1), and contractor employee identification and management. All work must comply with applicable federal, state, and local regulations.
    The statement of work outlines the contractor's responsibilities for installing electrical and communication systems at the 7ASOS portable SCIF in Ft. Bliss, Texas. The contractor is tasked with installing a 200' underground raceway, including a weatherproof electrical panel and fiber optic connections, adhering to NEC and manufacturer standards. Key tasks include the use of specific materials and ensuring the site is returned to its original state after work. A work schedule must be submitted to the Government Representative 15 days before work begins, with normal operating hours and holiday restrictions clearly defined. All work must be inspected upon completion, with a warranty for one year on materials and workmanship. The contractor must also adhere to safety regulations, provide their own equipment, and manage access to the restricted area of the installation. This document serves to ensure compliance with government regulations and effective management of the project scope and execution.
    The document addresses questions and answers related to a government solicitation from the 7th Contracting Squadron, Dyess AFB, likely a Request for Proposal (RFP) for a construction or infrastructure project. Key clarifications include the non-mandatory nature of the site visit, despite conflicting solicitation language, and the requirement for copper service entrance conductors. The scope of work is clarified regarding fiber optic cabling connections between Conex containers, the responsibility for dig permits, and the format for as-built documentation. Details on electrical meter requirements, trench restoration (no grass required), and specific fiber optic cable routing and termination points are also provided. The document emphasizes adherence to local base standards and includes references to provided pictures and drawings for further clarification.
    The document, titled "Dyess AFB 7ASOS Electrical & COMM Line Install for SCIF Questions and Answers," appears to be a record of questions and answers related to a government Request for Proposal (RFP) concerning electrical and communication line installation for a Sensitive Compartmented Information Facility (SCIF) at Dyess Air Force Base. The file's structure, consisting solely of numbered questions with placeholders for answers, indicates it is a formal clarification document. While the specific questions and answers are not detailed, the document's purpose is to address inquiries from potential bidders or contractors regarding the scope and requirements of the project. This type of document is common in federal government RFPs, where transparency and clear communication are essential for ensuring fair and competitive bidding processes for infrastructure and security-related installations.
    The document pertains to an RFP for the installation of electrical and communication lines at Dyess Air Force Base, specifically for a Sensitive Compartmented Information Facility (SCIF). It encompasses a Q&A section where questions regarding the project specifications, requirements, and logistical considerations may be addressed. Although the specific questions and answers are not detailed in the provided excerpt, the structure indicates a focus on clarifying details related to the project’s execution. The RFP seeks to ensure that potential contractors are well-informed about the technical requirements and compliance standards necessary for facilitating secure and effective communication infrastructure. This initiative reflects the federal commitment to maintaining robust operational capabilities at military installations while prioritizing information security and technical efficiency.
    This document is a federal government Request for Proposal (RFP) for construction, alteration, or repair services, specifically for the "PURCHASE, ASSEMBLY AND PLACEMENT ELECTRICAL POWER AND COMMUNICATIONS TO MOBILE SCIF" project at Fort Bliss, TX. The solicitation, FA466125R0011, issued on July 18, 2025, is 100% set aside for small businesses, with an estimated project value between $25,000 and $100,000. The contractor will be required to provide all necessary labor, materials, and equipment to install electrical power and communications to a portable SCIF (Sensitive Compartmented Information Facility). Key requirements include performance within 60 calendar days of receiving notice to proceed and compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to electronic invoicing via Wide Area WorkFlow (WAWF), limitations on subcontracting for small businesses, and prohibitions on the use of Class I Ozone Depleting Substances. Performance and payment bonds are required, typically at 100% of the contract price, if the price exceeds $150,000.
    This document is an amendment to a federal government solicitation (FA466125R00110001) for electrical power installation at a portable SCIF in Fort Bliss, El Paso. The primary purpose of this amendment is to clarify that attendance at the site visit is optional and will not affect the validity of proposals. The project, designated as a 100% small business set-aside with an estimated value between $25,000 and $100,000, requires contractors to provide all necessary labor, equipment, and materials for electrical power placement in accordance with the statement of work, manufacturer standards, and applicable laws. Proposals are due by August 6, 2025, and must be submitted electronically, addressing specific technical and pricing requirements. The document also provides detailed instructions for proposal submission, including contact information for inquiries and site visit coordination.
    This document is Amendment 0002 to Solicitation Number FA466125R0011, issued by the United States Air Force. Its primary purpose is to extend the proposal due date from August 6 to August 8, 2025, providing contractors additional time to review attached Questions and Answers and revise their proposals. This amendment also includes three new photos to aid proposal preparation. Key modifications include clarifying that site visit attendance is optional and does not invalidate proposals, and reiterating the requirement for a contractor to provide all necessary resources for electrical power installation at the Fort Bliss, El Paso portable SCIF. This requirement is a 100% small business set-aside with an estimated value between $25,000 and $100,000. It also updates and replaces the Q&A sheet with a new version.
    The document outlines a government solicitation (FA466125R0011) for a construction project to provide electrical power and communications for a portable Sensitive Compartmented Information Facility (SCIF) at Fort Bliss, TX. The project requires the contractor to deliver all necessary labor, materials, tools, and compliance with applicable standards within a contractual framework that includes a performance period of 60 calendar days after the notice to proceed. This contract is set aside exclusively for small businesses, with a project budget between $25,000 to $100,000. Key requirements include submitting sealed bids, guarantees for performance and payment bonds, adherence to federal acquisition regulations, and incorporation of various mandatory clauses to ensure compliance with government standards. The contractor must also maintain standards in managing subcontractors, safeguarding information, and environmental practices. The document emphasizes transparency, competition, and support for small businesses in federal contracting, demonstrating the government’s effort to ensure efficient and responsible project execution.
    This document amends a solicitation related to a project providing electrical power to a portable SCIF at Fort Bliss, El Paso. The amendment clarifies that attendance at a site visit is optional, and proposals will remain valid regardless of participation. It specifies that the project is set aside for small businesses, with a financial scope between $25,000 and $100,000. Key proposal guidelines include the need for clarity and thoroughness in the submission, which must address the government's requirements without merely restating them. Proposals are due by August 6, 2025, and should be submitted electronically to the assigned contracting officials, with clear identification of the solicitation number. An optional site visit is scheduled for July 25, 2025, and access requirements to Fort Bliss are outlined for attendees. These modifications and instructions underline the government's commitment to fair procurement practices, facilitating participation from a broader range of vendors while ensuring compliance with regulatory standards. This amendment helps enhance the solicitation process by clarifying procedural elements, thus promoting a more equitable evaluation of proposals.
    The document appears to be a complex and heavily encoded government file related to federal RFPs (Request for Proposals), grants, and local RFPs. Its primary purpose seems to solicit proposals and funding applications for various government projects. The document structure is fragmented but suggests a focus on specifying project requirements, processes for submission, awarding criteria, and compliance regulations. Key ideas include guidelines for potential applicants regarding funding eligibility, project deliverables, timelines, and evaluation metrics for proposals. There may be discussions about performance expectations, reporting obligations, and technical specifications essential for project execution. The presence of encoded characters indicates that the document may require decryption or specific software to interpret more precise detail. This file represents an effort by government entities to streamline proposal processes, ensuring that all participants comply with established standards while facilitating funding opportunities for projects that benefit public interests. The complexity and encryption also hint at security measures associated with federal and state grants, emphasizing the importance of confidentiality and data protection within these proceedings.
    Similar Opportunities
    Installation of Electrical Base Feeds & Power Whips
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the installation of electrical base feeds and power whips at the Headquarters United States Military Entrance Processing Command (USMEPCOM) in North Chicago, Illinois. The project requires the contractor to install 32 new 120V electrical base feeds and 6 power whips, ensuring compliance with various electrical codes and standards, while providing all necessary labor, materials, and supervision. This procurement is a total small business set-aside, with an anticipated firm-fixed-price contract value of up to $19 million, and offers are due by December 8, 2025, at 11:00 AM EST. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    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.
    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.
    Construct Shipping and Receiving Building, Fort Bliss, TX
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Shipping and Receiving Building at Fort Bliss, Texas. This procurement aims to establish a facility that will enhance logistics and operational efficiency at the military installation. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1JZ for the construction of miscellaneous buildings. Interested parties can reach out to Rodney Alexander at 817-886-1090 or via email at Rodney.d.alexander@usace.army.mil for further details regarding this opportunity.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    SCIF Construction Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) contractors for the construction upgrade of a Sensitive Compartmented Information Facility (SCIF) in Albuquerque, New Mexico. The procurement focuses on contractors that are ICD 705 certified and possess prior experience in SCIF construction, requiring interested firms to submit a capabilities statement detailing their 8(a) status, ICD 705 certification, past SCIF projects, bonding capacity, and in-house design capabilities. This opportunity is critical for ensuring secure facilities that meet stringent government standards, and interested parties should contact Alexander Ramsower at alexander.ramsower@us.af.mil or call 505-846-6673 for further information.
    Paving IDIQ at Fort Bliss, Texas
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Firm-Fixed-Price, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for paving, repairs, and maintenance of roads and related infrastructure at Fort Bliss, Texas. This procurement, valued at over $10 million over a five-year period, is intended for competitive 8(a) firms and aims to ensure compliance with federal, state, and local regulations, including safety standards. Interested 8(a) firms are encouraged to submit detailed information regarding their capabilities, experience, and financial capacity, with responses due to the primary contacts, Catalina Sandoval and Flor Sanchez, at the provided email addresses. The anticipated NAICS code for this opportunity is 237310, and the contract will include a base year and four one-year options, emphasizing strict adherence to safety and quality control measures.
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Buyer not available
    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.