HV Roundabout
ID: FA466125Q0083Type: 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

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of high voltage switchgear at the roundabout of Dyess Air Force Base in Texas. The project involves the removal of existing switchgear and the installation of new electrical circuits, requiring contractors to provide all necessary labor, equipment, and materials while adhering to safety and environmental regulations. This procurement is critical for maintaining operational efficiency and safety at the base, with a total small business set-aside to encourage participation from smaller firms. Proposals are due by May 1, 2025, at 2:00 PM, following an optional site visit on April 28, 2025. Interested contractors can reach out to Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or Sydney Fontenot at sydney.fontenot@us.af.mil for further inquiries.

Files
Title
Posted
Apr 9, 2025, 3:08 PM UTC
Apr 23, 2025, 4:06 PM UTC
The document outlines various clauses incorporated by reference in government contracts, particularly concerning Department of Defense (DoD) acquisitions. It emphasizes compliance with specific regulations related to contractor practices, including the management of former DoD officials, whistleblower rights, and safeguarding sensitive information. Various clauses address requirements for electronic payment submissions, contractor obligations under federal laws, and environmental considerations. Key provisions include stipulations on equal opportunity, labor standards, and the prohibition of certain telecommunications and video surveillance services. Additionally, the document includes information on domestic sourcing requirements under the Buy American Act, specifying conditions under which foreign construction materials may be utilized. The summary emphasizes the necessity for contractors to adhere to strict compliance measures related to safety, quality, and timely invoicing in order to maintain eligibility for government contracts. The essence of this documentation serves to facilitate transparent and accountable contracting processes, ensuring that government funds are utilized effectively while protecting the interests of all stakeholders involved in federal and state procurement activities.
Apr 9, 2025, 3:08 PM UTC
The government is soliciting bids for construction services to establish new electrical circuits to switchgear at the Dyess Air Force Base roundabout in Texas. This solicitation, designated as FA466125Q0012, is a total small business set-aside, necessitating that only registered small businesses in SAM.gov are eligible to submit offers. Potential contractors must provide a capability statement and a detailed technical approach, along with mandatory payment bonds and a certificate of deposit. The bid submission deadline is April 11, 2025, at 2:00 PM CST, with a required site visit scheduled for April 4, 2025. The project budget is estimated between $100,000 and $250,000, and evaluation will consider both technical and price proposals, with a focus on acceptable delivery timelines and compliance with government standards. All offers must adhere to specific criteria outlined in the request for proposals, ensuring clear communication and submission guidelines are followed for effective consideration.
Apr 9, 2025, 10:07 PM UTC
The document outlines the solicitation for a government contract, specifically for the replacement of high voltage switchgear at Dyess Air Force Base. Issued under solicitation number FA466125Q0014, it details the requirements for contractors, including necessary performance bonds, timelines, and submission guidelines. The project's scope involves disconnecting and disposing of the old switchgear and installing new equipment, described as straightforward with minimal complexity. Key dates include a mandatory site visit and proposal due date on April 23, 2025, and an amendment that updates site visit procedures. The evaluation process for proposals will assess technical acceptability and pricing completeness. The government intends to award the contract based on the lowest priced technically acceptable proposal, emphasizing the need for a comprehensive understanding of project requirements. The document also includes sections on contract administration, special requirements pertaining to contractor access to installations, and prohibitions against Ozone-depleting substances. Overall, this solicitation highlights the government's procedural framework for acquiring services while ensuring compliance with technical and regulatory standards.
Apr 23, 2025, 4:06 PM UTC
The government solicitation FA466125Q00140001 pertains to the replacement of high voltage switchgear at the roundabout of Dyess Air Force Base, Texas. The project entails the removal of existing switchgear and installation of new electrical circuits. This straightforward task has been characterized as low complexity with well-defined requirements. The contractor is expected to furnish performance and payment bonds and initiate work within 15 calendar days after receiving the notice to proceed. Proposals are to be submitted via email by May 1, 2025, with a pre-bid site visit scheduled for April 28, 2025. Offerors must provide detailed technical proposals, pricing breakdowns, and acknowledge amendments to the solicitation. Evaluation of proposals will focus on technical acceptability and price reasonableness, with a preference for submissions that meet all outlined criteria without interchanges. Compliance with environmental regulations regarding ozone-depleting substances and adherence to security protocols for base access are emphasized. The contracting officer serves as the primary contact for any inquiries. This solicitation underscores the commitment to executing federal projects efficiently while ensuring contractor accountability and environmental standards.
Apr 23, 2025, 4:06 PM UTC
The document outlines an amendment to a solicitation for government contracting, specifically related to the extension of the due date for submitting quotes and questions regarding the project. The amendment specifies that the response due date is now May 1, 2025, at 2:00 PM, extended from April 23, 2025. It details the requirements for offers, including technical and pricing information that must be submitted electronically. Additionally, the document emphasizes that quotes must be clear and comprehensive, as the evaluation will be based solely on the submitted information. It also provides guidance on the evaluation criteria and the potential for interchanges, where the government may engage with contractors to clarify quotes. An optional site visit is scheduled for April 28, 2025, and stipulations regarding base access for contractors are outlined. Overall, the amendment ensures that all interested parties have adequate time and clarity to prepare their submissions in compliance with the updated solicitation requirements.
Apr 23, 2025, 4:06 PM UTC
The Statement of Work (SOW) outlines the requirements for replacing high voltage switchgear at a roundabout, focusing on demolition, installation, and compliance with OSHA standards. The contractor is responsible for removing old switchgear and cables, installing new materials, and ensuring all work meets safety regulations. The project must minimize disruptions to normal operations and is expected to be conducted during standard business hours, with potential for after-hours work upon request. The contractor must maintain a clean work environment and effectively handle hazardous conditions by notifying the contracting officer. Government-furnished utilities will be provided, yet the contractor needs to manage their own equipment and ensure site safety according to federal and state laws, particularly OSHA and Texas regulations. Access to Dyess AFB necessitates secure identification processes, including a Dyess Form 173 for personnel entry, with strict guidelines for visitor sponsorship. Contractor vehicles must display proper identification and comply with driving regulations on base. This SOW illustrates a comprehensive approach ensuring the project's integrity, operational safety, and adherence to governmental protocols, reflecting patterns consistent with federal RFPs and grant expectations.
Apr 23, 2025, 4:06 PM UTC
This document outlines General Decision Number TX20250278, applicable to building construction projects in Callahan, Jones, and Taylor Counties, Texas. It specifies wage rates for various labor classifications under the Davis-Bacon Act, which mandates minimum wage adherence for federal contracts. For contracts initiated or renewed after January 30, 2022, workers must be compensated at least $17.75 per hour, or a higher rate if specified. Contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage threshold of $13.30 per hour. The document also details wage rates for multiple trades, including boilermakers, electricians, ironworkers, plumbers, and various laborer classifications. It emphasizes compliance with Executive Orders regarding paid sick leave and the appeals process for wage determinations. This guidance ensures fair labor practices and compliance with federal requirements for contractors involved in federally funded construction projects, reinforcing the government's commitment to worker protection and wage standards.
Apr 9, 2025, 3:08 PM UTC
Lifecycle
Title
Type
HV Roundabout
Currently viewing
Solicitation
Similar Opportunities
FY25 High Voltage Switch Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for a Cooper High Voltage Switch at Fairchild Air Force Base in Washington. The contractor will be responsible for all necessary labor, tools, equipment, and materials to complete the repairs as outlined in the Statement of Work, which includes critical tasks such as replacing damaged components and ensuring the switch's functionality. This procurement is vital for maintaining the electrical infrastructure essential for operational readiness, and it is set aside exclusively for small businesses under NAICS code 238210. Interested vendors must submit their quotes by May 6, 2025, at 10:00 AM PT, and can direct inquiries to Ryan A. Moffett at ryan.moffett@us.af.mil or Brian M. Fernandez at brian.fernandez.5@us.af.mil.
B334 Standby Generator & Automatic Transfer Switch
Buyer not available
The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is soliciting proposals for the installation of a Caterpillar brand Standby Generator and Automatic Transfer Switch (ATS). This project entails the provision and installation of a 500 kW diesel generator system, including necessary infrastructure such as firestops, concrete pads, and electrical panels, to ensure operational readiness during power failures. The contract is set aside for small businesses, with an estimated value between $250,000 and $500,000, and requires completion within 240 days of the notice to proceed. Interested contractors must attend a site visit on April 28, 2025, submit base access letters by April 24, 2025, and provide proposals by May 8, 2025, with questions due by May 1, 2025. For further inquiries, contact Kathy Colern at kathy.colern@us.af.mil or Wayne Johnson at wayne.johnson.15@us.af.mil.
TINKER AFB MAC BOA WWYK140020, REPLACE UNIT SUBSTATION AND SWITCHGEAR, COL V51,B3001
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals from qualified contractors for the replacement of the unit substation and switchgear at Tinker Air Force Base, Oklahoma, specifically at Post V51 in Building 3001. The project involves the demolition of outdated electrical equipment and the installation of new switchgear and transformers, ensuring compliance with applicable National Electrical Code (NEC) and National Fire Protection Association (NFPA) standards. This initiative is crucial for maintaining and upgrading military infrastructure to meet contemporary operational standards, thereby enhancing the facility's electrical capacity and safety. Interested contractors who are holders of the Tinker AFB MAC BOA must RSVP for an initial site visit by April 14, 2025, with the visit scheduled for April 15, 2025, at 10:30 AM CT. For further inquiries, contractors can contact Sara Hinds at sara.hinds.2@us.af.mil or Megan Hardeman at megan.hardeman@us.af.mil.
NDI Lab Pen Line B1510
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the NDI Lab Pen Line B1510 project at Shaw Air Force Base in South Carolina. The project entails the removal of existing wiring and the installation of new wiring to accommodate new equipment, ensuring compliance with relevant electrical codes as outlined in the attached Statement of Work. This procurement is crucial for enhancing the electrical infrastructure necessary for operational efficiency at the base. Interested small businesses must submit their bids by 2:00 PM EST on May 2, 2025, with the anticipated award date set for May 19, 2025. For further inquiries, potential bidders can contact Tariq Ellis at tariq.ellis@us.af.mil or SrA Margret Ogbuozobe at margret.ogbuozobe@us.af.mil.
Demolition B9118
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 9118 at Dyess Air Force Base in Texas. Contractors are required to provide all necessary labor, materials, tools, and supervision for the demolition, which includes specific tasks such as removing a transformer, cutting and capping plumbing and gas lines, and disposing of demolished materials off base. This project is a total small business set-aside, with a budget estimated between $250,000 and $500,000, contingent upon the availability of appropriated funds. Proposals must be submitted by May 1, 2025, and interested vendors are encouraged to attend an optional site visit on April 14, 2025, with prior registration required for base access. For further inquiries, contractors can contact Abigail Noe at abigail.noe.1@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new Logistics and Readiness Fuels Flight administrative and laboratory facility at Dyess Air Force Base, Texas. This project involves creating a single-story facility that includes administrative, command, and laboratory spaces, along with essential infrastructure such as utilities, storm drainage systems, and security features in compliance with Department of Defense standards. The facility is critical for supporting the operations of the 7th Logistics and Readiness Squadron and will replace an existing structure slated for demolition in the following fiscal year. Interested contractors, particularly small businesses, can reach out to Bijay Gurung at bijay.gurung@usace.army.mil or Shayla Lucas at shayla.j.lucas@usace.army.mil for further details.
Transformers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of transformers under solicitation number FA460825QC067. This request for quotation (RFQ) is a total small business set-aside and aims to acquire various transformers, including pad mount and pole mount types, with power ratings ranging from 25 kVA to 750 kVA, to support electrical infrastructure needs at Barksdale Air Force Base in Louisiana. Interested vendors must comply with specific technical requirements outlined in the solicitation, including the use of copper windings and adherence to federal standards for design and materials. Quotes are due by May 6, 2025, at 1:30 PM CDT, and inquiries can be directed to SSgt Tyler Parsons at tyler.parsons.3@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
MAF Lagoon Electrical
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base in Montana. The project involves the installation of a 208V three-phase electrical power system across eleven Missile Alert Facilities, requiring contractors to provide electrical conduits, conductors, service panels, and other related components. This initiative is a total small business set-aside, with an estimated budget between $250,000 and $500,000, and contractors are expected to complete the work within 154 calendar days after receiving the notice to proceed. Interested parties should direct inquiries to Colleen T. Goad at colleen.goad.1@us.af.mil or Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil, and a pre-proposal visit is scheduled for April 9, 2025, at 3:00 PM MDT.
FA448425R0006 Solicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is specifically set aside for small businesses, with the expectation of awarding a minimum of three contracts over a five-year period, including a base year and four optional extensions, with a total contract value capped at $66 million. The services required encompass a wide range of electrical tasks, including inspection, maintenance, and repair of electrical systems, which are critical for ensuring the operational efficiency and safety of military installations. Interested contractors must submit their proposals by May 19, 2025, and are encouraged to contact Sean A. Burney at sean.burney.1@us.af.mil or Dana Wright at dana.wright.6@us.af.mil for further information.
Amendment 1 - Pad-Mounted Switchgear
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of one (1) 15kV Pad-Mounted Switchgear for the 628th Civil Engineering Squadron at Joint Base Charleston, South Carolina. This solicitation, designated as FA441825Q0008, is aimed at small businesses under NAICS code 335313 and includes specific technical requirements for the switchgear, which is critical for maintaining electrical systems and ensuring operational integrity. The procurement process emphasizes compliance with federal regulations, including the Buy American Act, and requires submissions to be made via email by April 30, 2025, at 5:00 PM Eastern. Interested vendors should direct inquiries to the primary contact, Edward Maxted-Sorensen, at edward.maxtedsorensen.1@us.af.mil, or the secondary contact, Matthew Michel, at matthew.michel@us.af.mil.