FTQW 20 0504 2 CHPP Electrical Upgrades
ID: FTQW2005042Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    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to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards.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.

    Files
    Title
    Posted
    The document "REPAIR CH&PP, PHASE C" for Eielson AFB, Alaska, outlines a detailed schedule of drawings for electrical, power, lighting, and hazardous materials aspects of the project. The electrical drawings cover existing and new one-line diagrams, lighting systems, and extensive panel schedules. Power plans are provided for various facility areas, including the basement, first floor, water deck, scale deck, drum and contractor deck, fan deck, coal office, and ash house. Lighting plans are detailed for coal thaw, coal handling, ash house, and basement areas, with corresponding demolition plans. Additionally, the document includes hazardous materials notes, legends, and sample locations with results for all major areas, such as the basement, first floor, various decks, ash house, and coal thaw shed. This comprehensive set of drawings is crucial for the planning and execution of repairs and upgrades, ensuring all electrical and environmental considerations are addressed.
    This government file outlines a detailed sequencing plan for electrical panel and transformer work, likely part of an RFP or grant for infrastructure upgrades. Key panels like N, H (Boiler #5), CH, E, G, and "Main LP" have specific operational requirements and downtime limitations. Work on panels CH and E is restricted to 12 and 4 hours daily, respectively. Most remaining panel and transformer work must be completed within a 4-hour daily downtime, exclusively during "Summer" (May 15 to September 15). Critical notifications are required for Panel H (two weeks prior) and Panel G (two weeks in advance for any work). Panel "Main LP" work cannot commence until all downstream panels and transformers are complete, necessitating a temporary panel and power source for its cutover. The plan emphasizes careful coordination and adherence to strict timelines to minimize disruption.
    The document FA5004-26-B0001 is a Financial Institution Reference Sheet designed to assess a contractor's financial responsibility, a requirement under FAR 9.104-1(a) for contract performance. It is used during the evaluation for exercising an option period. Contractors are instructed to complete their section and send the sheet to their financial institutions. The contractor's section requires their company name, point of contact details, and a signed permission for information release. The financial institution's section requests information on average monthly checking and savings balances, current loan and line of credit amounts, late payments or NSFs, duration with the institution, and credit rating. Financial institutions are asked to provide amounts as ranges and verify the information's currency with a signature and date. This sheet ensures that contractors have adequate resources to fulfill contract obligations.
    This sequencing plan outlines the required order and conditions for electrical panel and transformer work within a government facility. It details a phased approach, starting with panels N, T111, and LP-4, with temporary power supplied by the Government from LP-4. Crucially, Panel “Main LP” must be the final component addressed, only after all downstream panels and transformers are completed, necessitating a temporary panel and power source during its cutover. The plan also specifies strict downtime limits: 12 hours daily for CH panels and 4 hours daily for Panel E. All remaining work on panels and transformers must be confined to the “Summer” period (May 15th to September 15th), with a maximum daily downtime of 4 hours. Advance notifications are mandatory for work on Panel H-Boiler #5 and Panel G, requiring two weeks' notice to the Government. The plan emphasizes careful coordination and adherence to a precise sequence to minimize disruption and ensure operational continuity.
    The solicitation, FA500426B0001, is a Request for Proposal (RFP) issued by FA5004 354 CONS LGC for electrical upgrades at Eielson Air Force Base's Central Heat Power Plant (CHPP). The project involves removing and replacing existing electrical panels, transformers, and outdated lighting systems to meet current voltage standards. The NAICS code is 238210 with a $19 million small business size standard, and the project magnitude is estimated between $1,000,000 and $5,000,000. Key dates include a site visit on December 16, 2025, questions due by December 19, 2025, and electronic bid submissions due by January 20, 2026. Performance is required within 545 calendar days after receiving notice to proceed, with liquidated damages of $554.09 per day for delays. The solicitation includes clauses on Buy American, limitations on subcontracting (85% for general construction), and payment instructions via Wide Area WorkFlow (WAWF).
    The "Repair CHPP Phase C" project, identified as FTQW200504, outlines the requirements for electrical panel and lighting fixture replacement in Building 2316 at the Central Heating and Power Plant (CHPP). The CHPP will remain operational throughout the project. Key administrative and work restrictions include obtaining various permits (Work Clearance Request, Hot Work, Waste/Borrow, Radioactive Material, Laser), adhering to specific working hours, and following strict safety and environmental protocols. Contractor personnel must comply with activity regulations, including no smoking policies and personal protective equipment requirements. The project emphasizes detailed scheduling using the Critical Path Method, requiring comprehensive submissions and regular updates, with adherence to all government regulations and quality control measures.
    This Statement of Work (SOW) outlines the requirements for Phase C of a three-phase project to repair and upgrade electrical panels and circuits at the Central Heating and Power Plant (CHPP) at Eielson Air Force Base, Alaska. The project involves the demolition of existing electrical distribution and lighting systems, removal of hazardous materials, and installation of new 208/120V electrical panels, associated transformers, and lighting fixtures. The work also includes power distribution and new lighting systems. The CHPP is a secure military facility, and the contractor must plan and coordinate all activities to avoid interrupting base operations. The period of performance is 365 calendar days, requiring adherence to federal, state, and local laws, as well as Eielson AFB standards. The contractor is responsible for environmental protection, managing hazardous materials, and complying with recycling and fire prevention practices.
    This government file outlines an extensive list of preconstruction, product, test, certificate, and closeout submittals required for various construction and environmental management activities. Key areas include civil engineering, preconstruction planning (schedules, registers, safety, and quality control), and environmental protection, with detailed requirements for waste management (solid, hazardous, asbestos, lead, cadmium, chromium, PCB, and lamp). The document also covers specific submittals for electrical systems, including seismic supports for lighting and panelboards, wiring, transformers, circuit breakers, and luminaires. The recurring themes across all sections are the submission of plans, permits, logs, reports, certifications, test results, and as-built documentation, indicating a comprehensive regulatory and quality assurance framework for the project, likely part of an RFP or grant application.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    A&E Repair Arctic Ave; FTQW 26-1302
    Buyer not available
    The Department of Defense, through the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of Arctic Avenue and the CHPP parking lot at Eielson Air Force Base in Alaska. The project aims to address significant drainage issues, deteriorating asphalt, and enhance bike accessibility, requiring a comprehensive design package that adheres to federal, state, and Air Force regulations. Interested firms must submit their qualifications, including a completed SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM AKDT, with evaluations based on professional qualifications, specialized experience, and past performance. For further inquiries, contact the primary representatives at 354CONS.PKA.Designs@us.af.mil or christopher.prince.3@us.af.mil.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.
    Matador Manor Streetlights
    Buyer not available
    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.
    J--GLBA CORRECT MEDIUM VOLTAGE DEFICIENCIES
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to address medium voltage deficiencies at Glacier Bay National Park in Alaska. The project involves upgrading the electrical distribution system to correct code violations, enhance grounding and neutral systems, and replace outdated components, ensuring improved reliability and safety. This procurement is critical for maintaining the park's electrical infrastructure, which supports various operations and visitor services. Interested contractors must submit their quotes by December 17, 2025, with a performance period anticipated from September 24, 2025, to May 1, 2026. For further inquiries, contact Ronald Bunch at ronaldbunch@nps.gov or call 907-201-7719.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    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.
    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 proposals for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project involves replacing existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, and requires the contractor to provide all necessary labor, equipment, and materials. This procurement is critical for maintaining the operational integrity of electrical systems at the airfield, ensuring reliable power distribution for military operations. Interested contractors must submit their bids electronically by 9:00 AM EST on January 8, 2026, with a project budget estimated between $10 million and $25 million. For further inquiries, contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.