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to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards.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
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    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
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Missile Defense Complex in Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the Readiness and Control building. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, potential offerors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with proposals due by the specified deadline.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The Department of Defense, through 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. The project entails comprehensive electrical upgrades, including the replacement of 125V DC Station Boards, Preferred AC Panels, Emergency Lighting Panels, and associated transfer switches, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal regulations and safety standards throughout the construction process. Interested contractors must submit their proposals electronically by January 22, 2026, and can direct inquiries to Marc Proietto or Brandie Murphy via the provided email addresses.
    Sollars ES HVAC Upgrades, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the "Sollars ES HVAC Upgrades" project at Misawa Air Base, Japan, aimed at enhancing the heating and cooling systems across multiple buildings. This Design-Bid-Build (DBB) project will involve extensive renovations, including the removal and replacement of existing HVAC systems, structural upgrades, and the construction of new mechanical rooms and central plant enclosures. The project is significant for maintaining operational efficiency and comfort within the facilities, with an estimated contract value between ¥2,500,000,000 and ¥10,000,000,000. Interested local firms must respond by January 9, 2026, and are encouraged to contact Jennifer Knutson or Ryan Marzetta for further details regarding submission requirements and project specifications.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    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 importance of this project lies in enhancing the operational capabilities and safety of the airfield, which must remain functional throughout the construction phases. Interested contractors should note that the estimated construction magnitude is between $25 million and $100 million, with proposals due by February 4, 2026, at 2:00 PM EST. For further inquiries, contact Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    IT Infrastructure for Former DOE Buildings
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the IT Infrastructure project at former Department of Energy buildings located at Kirtland Air Force Base in New Mexico. This project entails the removal of existing telecommunications cables and equipment, followed by the installation of new CAT6 cabling and associated infrastructure to ensure compliance with KAFB Comm Standards. The initiative is crucial for establishing robust DoD network connectivity across multiple buildings and enhancing the overall telecommunications capabilities of the facility. Interested small businesses must submit their proposals by February 2, 2026, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, potential bidders can contact Zelena Dorudemir at zelena.dorudemir@us.af.mil or Alexander Ramsower at alexander.ramsower@us.af.mil.
    Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force (USAF), is seeking proposals for Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS) for various Air Force and Space Force Bases across the continental United States, Alaska, and Hawaii. The contract, which is a firm-fixed-price, single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) vehicle, aims to enhance HVAC system performance and energy efficiency through expert analysis, minor repairs, and test and balancing procedures, with a maximum value of $9.7 million over a five-year ordering period from March 2026 to March 2031. Interested small businesses must comply with stringent cybersecurity requirements and submit their proposals by February 4, 2026, to be considered for this opportunity. For further inquiries, potential bidders can contact Mrs. Lisa Jones at lisa.jones.31@us.af.mil or Mr. Tommy Leos at tommy.leos.2@us.af.mil.
    JBR050 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Joint Base Elmendorf-Richardson in Alaska. This facility will provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control directly related to aviation maintenance for the Alaska Army National Guard (AKARNG). The project is critical for ensuring the operational readiness and safety of military aircraft, underscoring its importance to national defense. Interested contractors can reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details regarding the solicitation process.
    AFRL B422 SCIF Upgrade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the renovation of Building 422 at Kirtland Air Force Base, aimed at upgrading it to meet Sensitive Compartmented Information Facility standards. This project involves significant construction work, including the demolition and replacement of doors, installation of intrusion detection systems, access control, and communication fibers for classified networks, with an estimated cost between $1,000,000 and $5,000,000. The procurement is set aside exclusively for small businesses, and interested contractors must be registered in the System for Award Management (SAM) to participate. The solicitation is expected to be released around January 21, 2026, and potential offerors should monitor the Government Point of Entry at https://sam.gov for updates and further details. For inquiries, contact Jeffrey Tuscany at jeffrey.tuscany@us.af.mil or Alexander Ramsower at alexander.ramsower@us.af.mil.