ELECTRICAL SUPPLIES MASTER BPAs
ID: W912HZ25QA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a Blanket Purchase Agreement (BPA) for electrical supplies to support the Engineering Research and Development Centers (ERDC) in Vicksburg, Mississippi. This BPA aims to procure a wide range of electrical components, including boxes, conduit, switches, and lighting, over a five-year period, with a total capacity not to exceed $9,000,000. The procurement is set aside exclusively for small businesses, and all interested contractors must be registered in the System for Award Management (SAM) prior to the proposal due date of August 28, 2025, at 12:00 PM CST. For further inquiries, potential bidders can contact Tameka Crockett at Tameka.L.Crockett@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil.

    Files
    Title
    Posted
    This document, titled "Attachment 01: Price Schedule Electrical BPA Materials," is a price evaluation sheet for various electrical components. It lists quantities and units of measure for items such as different colors and sizes of THHN wire (500 MCM), various types of 4-inch PVC and galvanized conduits, and related couplings and fittings (Sch 40 PVC FA4, Sch 40 PVC TA4, Sch 40 PVC CPL4). The document also includes an entry for "NEWBASIS FCA243618-00006." This file is clearly intended for pricing and procurement purposes within a federal government RFP, federal grant, or state/local RFP context, allowing vendors to fill in unit and total prices for the listed electrical materials.
    The "Attachment 02 Past Performance Questionnaire" (Form PPQ-0) is a crucial document for government contractors, particularly within NAVFAC/USACE solicitations. It requires detailed information from the contractor regarding past projects, including firm details, work performed (prime, sub, or joint venture), contract specifics (number, type, title, location, dates, and prices), and a description of project complexity and relevance. The latter half of the form is for client completion, where they rate the contractor's performance across various categories: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) are provided with clear definitions. The client also answers general questions, including whether they would rehire the firm, and provides an overall rating and narrative remarks. This questionnaire is designed to assist government offices in evaluating performance risk for proposals.
    The document outlines a Price Schedule related to the procurement of electrical materials under a federal or state competitive bidding process. It lists various wiring and conduit products, detailing their quantities, unit of measure (UOM), unit prices, and total prices for evaluation purposes. Key items include multiple types of 500 MCM THHN wires in different colors, various sizes of Schedule 40 PVC and galvanized conduits and fittings, and a specific product coded FCA243618-00006. The structure provides a clear summary of the materials needed, suggesting that these items are essential for electrical installations in relevant government projects. This pricing schedule is likely part of a broader request for proposals (RFP) or grant aimed at securing these materials for future infrastructure projects, highlighting the government's commitment to transparency and financial accountability in the procurement process.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is designed to evaluate a contractor's performance on federal contracts. It outlines several key sections for contractors to complete, including contractor information, specific contract details (such as contract numbers, award dates, and completion dates), and client information that must be filled out by the client. The questionnaire assesses the contractor's performance based on various categories such as quality, timeliness, customer satisfaction, management effectiveness, financial management, safety, and overall contract compliance. Clients are asked to rate performance on a scale ranging from Exceptional to Unsatisfactory across these categories. The form emphasizes the need for clients to provide feedback directly to the contractor, which is ultimately submitted to the USACE as part of proposal evaluations. It facilitates the assessment of a contractor's past performance, which is critical in determining future RFP eligibility and funding opportunities. This process underscores the government's commitment to ensuring quality and accountability in its contracting operations.
    This document addresses questions and answers related to a federal government Blanket Purchase Agreement (BPA), likely for electrical supplies. Key clarifications include confirming the contract duration as five years from the award date. Regarding pricing, bidders are directed to Section L of the Solicitation. The requirement is specifically for supplies only, excluding services like installation or maintenance. Finally, the document clarifies that completed Past Performance Questionnaires should be submitted with the proposal as outlined in Section M Paragraph 3.0 B(2)(b), indicating a preference for individual submissions rather than consolidated ones across multiple BPAs.
    The document clarifies key aspects of a government contract, likely an RFP or similar procurement document. It confirms the contract's duration as five years from the Blanket Purchase Agreement Award date. It specifies that pricing should adhere to Section L of the Solicitation and that the contract covers supplies only, explicitly excluding related services such as installation, maintenance, or support. The document also provides a comprehensive list of electrical items to be included, such as electrical boxes, conduit, switches, fuses, wire/cable, and HVAC items, emphasizing that these are to be priced according to the solicitation's guidelines.
    The document pertains to a 5-year contract agreement related to the supply of various electrical products and possibly related services. It clarifies that the duration of the contract will begin from the date of the Blanket Purchase Agreement Award. The inquiry within the document emphasizes the need for pricing to align with specified line items on the price schedule, which includes a wide range of materials such as electrical boxes, switches, distribution equipment, motors, and HVAC items. Furthermore, it confirms that the contract encompasses not only the products themselves but also potentially includes necessary services like installation, maintenance, and support. This contract requires adherence to Section L of the Solicitation for pricing submissions. Overall, it serves as a guide for bidders in understanding what is expected in terms of deliverables and pricing structures within the government contracting framework.
    This government file outlines a Blanket Purchase Agreement (BPA) for electrical supplies for the Engineering Research and Development Centers (ERDC). The agreement, set aside for Women-Owned Small Businesses (WOSB), aims to establish a pool of contractors to provide various electrical components, including boxes, conduit, lighting, and wiring, over a five-year period or until a total capacity of $9,000,000.00 is reached. There is no minimum guarantee of work or individual BPA Call value. The document details contractor responsibilities such as timely delivery, licensing, and quality control, and government responsibilities for issuing BPA Calls and payments. It also includes comprehensive safety, security, and environmental requirements, as well as clauses related to unique item identification, payment instructions via Wide Area WorkFlow (WAWF), and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses governing commercial products and services.
    The document outlines a federal Blanket Purchase Agreement (BPA) for electrical supplies for the Engineering Research and Development Centers (ERDC) facilities over five years, with a total capacity not to exceed $9,000,000. It details requirements for contractors, including providing all management, materials, supplies, and transportation for electrical items such as boxes, conduit, lighting, and wire. The BPA emphasizes that no funds are obligated until specific BPA calls are issued, and individual requirements will not exceed the simplified acquisition threshold. Key aspects covered include delivery, licensing, quality control, government responsibilities for issuing calls and payments, safety, security (including U.S. citizen delivery personnel and no weapons policy), environmental compliance, inspection, and invoicing procedures through Wide Area WorkFlow (WAWF). The document also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to unique item identification, combating trafficking in persons, and small business participation.
    This government file is an amendment to a solicitation or modification of a contract, specifically identified as Amendment/Modification Number W912HZ25QA0050001, effective July 28, 2025. The primary purpose of this amendment is to extend the response due date for offers from August 18, 2025, to August 28, 2025. Additionally, it revises the contract by adding and deleting specific Federal Acquisition Regulation (FAR) clauses, particularly FAR 52.212-5 concerning "Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services," with updated deviations. It also adds FAR 52.212-3, "Offeror Representations and Certifications—Commercial Products and Commercial Services," with similar deviations. The document outlines procedures for offerors to acknowledge receipt of the amendment and submit changes to previously submitted offers. It also details the applicability of various FAR clauses related to ethical conduct, prohibited technologies, small business utilization, labor standards, environmental considerations, and payment terms, including flow-down requirements for subcontractors. The amendment emphasizes compliance with federal laws and executive orders governing government contracts.
    This government file details an amendment to a solicitation for a Master Blanket Purchase Agreement (BPA) for electrical supplies for the Engineering Research and Development Centers (ERDC) facilities over five years. The BPA, with a total capacity not to exceed $9,000,000.00, does not obligate funds but allows for individual firm-fixed-price BPA Call orders, each not exceeding the simplified acquisition threshold. The agreement outlines contractor responsibilities for delivery, licensing, qualifications, and quality control, as well as government responsibilities for issuing calls and making payments within 30 days. It also specifies safety, security, access, and environmental requirements, including compliance with relevant regulations and proper labeling of hazardous materials. The document lists performance standards for contractors, inspection procedures, and submittal requirements for proposed products. Administrative data clarifies the authorization thresholds for placing calls against the BPA and invoicing instructions. Finally, it incorporates and modifies numerous Federal Acquisition Regulation (FAR) clauses and Executive Orders applicable to commercial products and services, covering areas such as business ethics, whistleblower protections, supply chain security, small business programs, labor standards, and environmental considerations. Flow-down requirements for subcontracts are also detailed.
    The document is a solicitation for a Blanket Purchase Agreement (BPA) focused on acquiring electrical supplies for the Engineering Research and Development Centers (ERDC) over a five-year period. It outlines the contractor's responsibilities, including providing all management, materials, supplies, and delivery services specified in BPA call orders. The total capacity for contracts is estimated at $9,000,000, but there is no minimum guarantee for purchases. Key requirements include compliance with state licensing, quality control standards, and safety regulations. The government will only pay for authorized purchases made via BPA calls, with payment terms set at 30 days upon receipt of proper invoices. The document emphasizes the importance of adhering to environmental laws and safety measures while outlining inspection protocols for the deliveries. The BPA aims to streamline procurement processes for ERDC facilities, ensuring that all electrical supplies meet specified standards, thereby supporting ongoing research and development activities effectively and efficiently.
    This document outlines a solicitation for a Blanket Purchase Agreement (BPA) focused on acquiring electrical supplies for the Engineering Research and Development Centers (ERDC) over a five-year period. The BPA will enable the government to procure various items including electrical boxes, conduit, motors, and lighting controls, with no minimum purchase guarantee and a total ceiling of $9 million. Contractors must provide all necessary management, materials, and logistics for delivering specified supplies, and compliance with safety, environmental, and quality standards is mandatory. The government will issue BPA calls for specific orders, with payments processed within 30 days of receiving proper invoices. The agreement incorporates numerous federal acquisition regulations and clauses to ensure compliance with legal and ethical guidelines. The overarching goal of this procurement is to secure reliable access to essential electrical components for government operations while adhering to specific small business set-asides, thereby supporting women-owned and economically disadvantaged businesses. This solicitation reflects the government's commitment to fostering small business participation in federal procurement processes.
    The document outlines amendments to a federal solicitation, detailing modifications affecting the submission timeline, contract terms, and clauses related to commercial products and services. It announces an extension of the response due date to August 28, 2025, and includes changes in contract clauses aligned with recent federal regulations. Specific provisions enforcing compliance with statutes and executive orders are revised, incorporating newly mandated clauses related to contractor ethics, security provisions, and small business participation requirements. The document emphasizes that offers must include acknowledgment of these amendments to be considered valid, asserting that failure to comply may lead to rejection. It also delineates the conditions under which subcontractors must uphold certain clauses, reinforcing regulations surrounding equitable opportunities for small businesses. Additional definitions pertinent to the contract and implications for controlling entities' operations are noted, further clarifying eligibility and compliance expectations. This amendment highlights the government's commitment to ensuring regulatory adherence while enhancing opportunities for small and disadvantaged businesses within federal contracting contexts.
    The document outlines a solicitation amendment regarding a Blanket Purchase Agreement (BPA) for electrical supplies intended for the Engineering Research and Development Centers (ERDC) over a five-year period. The BPA aims to gather various electrical supplies, including but not limited to electrical boxes, wires, and transformers, with a projected contract pool of $9 million. It specifies that there is no guaranteed minimum number of purchases. The amendment highlights required contractor responsibilities, including compliance with licensing regulations, quality control, and adherence to safety and environmental laws applicable to the delivery of materials. The Government's obligations involve issuing BPA calls based on contractor quotes and ensuring timely payments. The document emphasizes the significance of security requirements for deliveries at federal facilities. Administrative procedures inform how calls will be placed under the BPA and outline necessary invoicing and inspection processes to ensure product quality. The document also includes details on contract clauses that are necessary for compliance with various federal regulations, which contractors must understand and adhere to during the agreement's lifespan. The overall focus is on establishing a reliable procurement process for essential electrical supplies while ensuring adherence to safety, quality, and regulatory standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Power Distribution Box Assembly
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of seven Power Distribution Box Assembly units (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a firm fixed-price contract. This opportunity is set aside exclusively for small businesses and includes an option for an additional seven units, with specific requirements for military packaging and preservation, as well as compliance with export control regulations. The goods are critical for military operations, necessitating adherence to strict inspection and acceptance protocols at the origin, with delivery to the Blue Grass Army Depot in Richmond, KY. Interested parties must submit their offers electronically by December 4, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialists George Campbell and Catherine Castonguay via their provided email addresses.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    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 in Montana. This project entails the comprehensive replacement of electrical equipment, including the Main 125V DC Station Board, Preferred AC Panels, and Emergency Lighting Panels, with specific requirements for extending feeder wires and modifying concrete bases to accommodate new equipment. 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 December 19, 2025. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must register on SAM.gov to access solicitation documents.
    Supply Blanket Purchase Agreement (Hardware)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
    BPA - Electrical and Electronic Components PSC 5999
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Electrical and Electronic Components under PSC Code 5999 and NAICS Code 335999. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold. The goods and services are critical for various defense applications, and vendors will be evaluated based on their past performance, including customer satisfaction and technical success. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and they can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    Electrical and Electronic Components
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for electrical and electronic components. This procurement aims to streamline the acquisition of various commodities to support Naval operations, particularly in Aircraft Launch and Recovery Equipment (ALRE) and Common Support Equipment (CSE). The BPAs will facilitate efficient procurement processes, allowing for as-needed supply and service acquisitions, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    J061--REQUEST FOR QUOTES ELECTRICAL REPAIR AND SERVICE BPA WASHINGTON DC VA MEDICAL CENTER
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a Blanket Purchase Agreement (BPA) for electrical repair and service at the Washington DC VA Medical Center, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The procurement aims to establish a reliable source for maintenance and repair services for low and medium voltage electrical systems, including emergency and after-hours repairs, ensuring compliance with VA regulations and safety standards. This BPA, valued at less than $5,000,000, will cover a five-year period, with task orders issued on a firm-fixed-price basis, and requires contractors to be licensed in Washington D.C. Interested parties must submit their quotes by January 5, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of power supply units, specifically categorized under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract will require the manufacture and supply of electrical converters, which are critical components for various defense applications. Interested vendors must comply with specific quality assurance and inspection requirements, and the procurement is set aside for small businesses, emphasizing the importance of domestic sourcing in defense contracts. For further inquiries, potential bidders can contact David T. Serotkin at 614-693-5348 or via email at DAVID.T.SEROTKIN@DLA.MIL.
    Electrical Contractors and Other Wiring Installation
    Buyer not available
    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).
    Blanket Purchase Agreement (BPA)-Bulk Petroleum Products- USACE St. Louis District
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) St. Louis District is seeking businesses interested in entering into a Blanket Purchase Agreement (BPA) for Bulk Petroleum Products and related services. The procurement aims to fulfill the district's needs for approximately 200-240,000 gallons of D2 Bio-diesel, along with 100-150 barrels of engine/hydraulic oils, with an anticipated frequency of 2-4 orders per year. These petroleum products are essential for various operational requirements within the district, ensuring the availability of necessary fuels and lubricants for military and civil works projects. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or call 314-331-8506 for further details and to express their interest in this opportunity.
    Notification to the public of consolidation of contract requirements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.