ELECTRICAL SERVICE
ID: N6470925Q00036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC WEAPONS FAC LANT FINANCIAKINGS BAY, GA, 31547-2634, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

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

    The Department of Defense, through the Strategic Weapons Facility Atlantic (SWFLANT), is soliciting proposals from qualified small businesses for electrical services at the Dynamic Hoist Test Facility (DHTF) located in Kings Bay, Georgia. The procurement aims to update aging electrical systems and accommodate new power requirements as part of a technology refresh initiative, which includes supplying and installing electrical components and drilling mounting holes in the concrete floor. This project is critical for maintaining operational efficiency and safety standards within the facility. Interested contractors must submit their firm-fixed-price quotes by May 7, 2025, following a site visit scheduled for April 24, 2025, and can direct inquiries to the primary contact at SPK12CONTRACTS@SWFLANT.NAVY.MIL or the secondary contact Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    The SWFLANT Visit Request form is a standardized document intended for organizations without security clearances visiting SWFLANT Kings Bay. It requires completion by the command or organization's Security Representative and outlines essential information, such as visit dates, organization details, project purpose, and personal identification data of visitors. The form stipulates that all fields must be filled and signed for acceptance, emphasizing the need for proper authorization and oversight. Key areas requiring escorted access include submarines, controlled zones, and the waterfront, while exclusion areas are clearly indicated. The Privacy Act Statement attached to the form ensures compliance with information management and disclosure requirements, noting that non-compliance will prevent badge issuance. This form is pivotal in facilitating secure and organized visits to sensitive areas within SWFLANT, reflecting strict adherence to security protocols and federal guidelines concerning military installations.
    The document appears to be an incomplete or corrupted government file, likely related to federal and state RFPs (Requests for Proposals) or grant opportunities. Despite its damaged state, it potentially contains valuable information on funding opportunities procedures, criteria for evaluation, or application processes concerning grants and projects funded by government entities. Key sections that may have included details about eligibility requirements, application guidelines, and timelines for various funding opportunities are obscured or unreadable. The intent seems to be communicating necessary requirements for interested applicants to effectively prepare and submit their proposals or grant requests. Overall, while the document lacks coherence due to significant corruption and illegibility, its purpose suggests providing essential guidance on securing government funding through RFPs and grants, tailored for public sectors at various levels. The emphasis on structured application processes aligns with typical government requirements to ensure accountability and transparency in the allocation of public funds.
    The document outlines the employee rights and regulations under the Walsh-Healey Public Contracts Act and the Service Contract Act, applicable to government contracts. Key provisions include adherence to federal minimum wage standards, with specific stipulations regarding fringe benefits and overtime pay, requiring 1.5 times regular pay for hours exceeding 40 in a week. Child labor restrictions prohibit employment of individuals under 16 years old. The Walsh-Healey Act applies to contracts over $10,000, emphasizing minimum wage, sanitation, and safety conditions, while the Service Contract Act pertains to service contracts over $2,500, mandating payment of prevailing wages and essential benefits. Contractors must maintain safety and health standards, with the Occupational Safety and Health Administration responsible for enforcement. Compliance extends to secondary contractors, ensuring prime contractors are liable for violations. The document serves as a guide for contractors engaged in federal projects, ensuring awareness of labor laws that govern their obligations to employees and subcontractors. Overall, it emphasizes protecting employee rights in the context of government contract work.
    The file outlines critical Q&A responses related to an RFP (N6470925Q0035) for a construction project involving mechanical and electrical work at a facility managed by Northrop Grumman. Key areas addressed include the availability of as-built drawings, requirements for concrete core drilling, and the necessity for new circuit breakers and wiring. Contractors are tasked with conducting megger testing and providing gas detection services, whereas Northrop Grumman will facilitate site access and escort contractors. Details highlight that operations do not require temporary power, and new wiring will comply with the Buy American Act. Contractors are expected to account for specific measurements related to wiring runs and to assume that existing conduits are in good condition. The document also clarifies security and safety requirements, including badging procedures and necessary safety plans under USACE EM385 guidelines. Ultimately, the responsiveness to inquiry clarifies expectations and outlines responsibilities, emphasizing protocols for coordination and compliance, ensuring a structured approach to the project's execution while adhering to safety and regulatory standards.
    The document is a Combined Synopsis/Solicitation (RFQ N6470925Q0036) for electrical services at the Dynamic Hoist Test Facility (DHTF) within the Strategic Weapons Facility Atlantic (SWFLANT) in Kings Bay, Georgia. It outlines a Total Small Business Set-Aside request for a licensed electrical contractor to supply and install necessary equipment as part of a technology refresh project. The work includes updating electrical infrastructure and drilling mounting holes in the facility's concrete floor. Key details include the project structure, which encompasses a base year and four optional periods, a requirement for compliance with safety and electrical standards (NFPA 70 NEC, 2023), and a specific timeline for implementation within a three-month window. Proposals must include a Technical Capability volume and a Price volume, with evaluation based on lowest price that meets technical requirements. The RFQ mandates a site visit and emphasizes the importance of strict adherence to regulatory and operational guidelines. Interested contractors are given specific details regarding submission procedures and due dates for quotes. The solicitation guarantees a structured evaluation process, resulting in a firm-fixed-price contract award to the accepted offeror. Overall, this RFQ showcases the government’s commitment to ensuring updated facility capabilities while fostering small business participation in contracts.
    This solicitation (N6470925Q0036) seeks quotes for electrical services at the Dynamic Hoist Test Facility (DHTF) in Kings Bay, GA, as part of a technology refresh project to replace outdated equipment. It is set aside for small businesses under NAICS code 238210. Contractors are required to supply and install electrical components, ensuring compliance with updated power requirements and safety standards. The project includes drilling mounting holes in the concrete floor and has a one-year period with options for extensions. A site visit is scheduled for April 24, 2025, with questions due by April 25, 2025. Interested contractors must submit a Firm-Fixed-Price quote by May 7, 2025, providing two volumes: Technical Capability and Price, with a strict adherence to formatting and content requirements. The evaluation will focus on the Lowest Price Technically Acceptable (LPTA) approach, assessing technical capabilities and ensuring compliance with federal regulations regarding telecommunications equipment. The requirements reflect the government’s commitment to hiring qualified contractors while upholding rigorous standards in public procurement processes.
    The document outlines a request for quotation (RFQ) from the Strategic Weapons Facility Atlantic (SWFLANT) for electrical services at the Dynamic Hoist Test Facility (DHTF) in Kings Bay, Georgia. This procurement is part of a technology refresh initiative to update aging electrical systems and accommodate new power requirements. The solicitation is set aside for small businesses and involves one base period and four optional contract periods. Key tasks include supplying and installing necessary electrical parts, equipment in compliance with electrical regulations, and drilling mounting holes in the concrete floor for new stowage brackets. The RFQ mandates that proposals must showcase technical capability and a firm-fixed-price quote by May 2, 2025. Evaluations will follow a Lowest Price Technically Acceptable (LPTA) basis, focusing on compliance with the solicitation requirements and overall pricing fairness. A site visit and specific prerequisites for contractors are included, emphasizing the need for licensed electrical contractors meeting safety and compliance standards. The document also details various clauses and provisions relevant to federal contracts, including requirements related to telecommunications equipment and safety regulations, ensuring adherence to broad governmental policies and standards throughout the project execution.
    Lifecycle
    Title
    Type
    ELECTRICAL SERVICE
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Dept Of Defense
    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.
    Electrical Contractors and Other Wiring Installation
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified electrical contractors and other wiring installation services through a combined synopsis/solicitation for Blanket Purchase Agreements (BPAs). The procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) for naval operations, emphasizing a total small business set-aside to encourage participation from small enterprises. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, with the understanding that individual BPA calls will be issued on a firm fixed-price basis and payments will be processed via Government Credit cards or Wide Area Workflow (WAWF).
    KITE TERMINAL CONSO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of KITE TERMINAL CONSO units, which are critical components in military operations. The procurement involves the repair and quality assurance of these units, adhering to strict military standards and specifications, including the requirement for mercury-free materials due to their use on submarines and surface ships. Interested contractors must submit their proposals by 4:30 PM EST on November 17, 2025, and should direct inquiries to Jocelyne Dzonang Fouego at 717-605-2982 or via email at jocelyne.dzonangfoueigo.civ@us.navy.mil.
    open inspect and report POWER SUPPLY (AC/DC)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul and repair services for a Power Supply (AC/DC) used on 270' Class Cutters. The procurement involves opening, inspecting, reporting, and overhauling two units of the specified power supply, with strict adherence to proprietary specifications and packaging requirements. This equipment is critical for the operational readiness of the Coast Guard's fleet, ensuring reliable power supply for various systems. Interested vendors must submit their quotes by November 24, 2025, at 9 AM Eastern Daylight Savings Time, and can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    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.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant upgrades to power distribution, energy storage, and water infrastructure. This initiative is critical for ensuring the operational reliability and resiliency of essential military utilities. Proposals are due by February 10, 2026, with a mandatory site visit scheduled for December 16, 2025, requiring prior security clearance and proof of U.S. citizenship. Interested parties can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    NSN 6150-01-494-0884 - LOAD BANK, ELECTRICA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 16 Load Bank Electricas, identified by NSN 6150-01-494-0884, under a presolicitation notice. This indefinite quantity contract is set aside for total small businesses and is intended for use on Nimitz Class aircraft carriers, highlighting the critical role of these components in military operations. The contract will have a five-year base period with delivery expected within 292 days after receipt of order, and proposals must be submitted in a completed solicitation package, as electronic offers are not acceptable. Interested vendors can access the solicitation on or about January 16, 2026, via the DIBBS website, and should direct inquiries to Brenda Spell at brenda.spell@dla.mil or by phone at 804-664-6101.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.