TINKER AFB MAC BOA WWYK140020, REPLACE UNIT SUBSTATION AND SWITCHGEAR, COL V51,B3001
ID: FA813725R0022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8137 AFSC PZIOCTINKER AFB, OK, 73145-9125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF PRODUCTION BUILDINGS (Z2EC)

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 from qualified contractors for the replacement of a unit substation and switchgear at Tinker Air Force Base, Oklahoma, under solicitation number FA813725R0022. The project involves the demolition of outdated electrical equipment and the installation of new systems compliant with NEC and NFPA standards, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is critical for enhancing the operational capacity and safety of military infrastructure, ensuring compliance with federal regulations throughout the construction process. Interested contractors must RSVP for an initial site visit by April 14, 2025, and submit their proposals by the extended deadline of July 1, 2025, at 1700 CST. For further inquiries, contact Sara Hinds at sara.hinds.2@us.af.mil or Megan Hardeman at megan.hardeman@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a preliminary electrical single-line drawing for the Electric Coordination Study and Arc Flash Labeling at Building 3001, Tinker Air Force Base. Prepared by Frankfurt Short Bruza, it provides an overview of electrical systems, including switch positions, breaker statuses, and fuse types used throughout the facility. The drawing is based on field-verification data and aims to reflect normal operational alignment. Key components include 12.47 kV and 0.48 kV systems, transformers, and various fuses, while emphasizing the importance of consulting breaker trip setting data sheets for current operational specifications. Being a preliminary document, it may not fully reflect the latest updates and requires proper review for compliance and safety measures. This electrical study intends to enhance operational safety and compliance with relevant standards in coordination with other facilities' electrical upgrades.
    The document outlines a project proposal to replace the unit substation and switchgear at Tinker Air Force Base, Oklahoma, identified as Project Number WWYK140020. The current transformer and associated equipment, located at post V51 in Building 3001, are deemed beyond their life expectancy. The project involves demolishing old equipment and installing new switchgear and transformer, alongside necessary electrical modifications, including feeder cables and branch circuits. Several applicable codes and standards, such as the International Building Code and National Fire Protection Association regulations, guide the project execution. Key components of the project include architectural modifications for safety, mechanical demolition of existing infrastructure, and careful electrical construction to maintain operations without disrupting user activities. Environmental considerations are highlighted, particularly concerning existing asbestos near the installation site, demanding careful handling during renovations. The contractor is responsible for ensuring compliance with design parameters and safety regulations throughout the construction phases, which include designated times for outages and work that may affect operations. The plan emphasizes coordination between all components to achieve successful completion while minimizing disruption.
    The document serves as a Submittal Register for a construction project at Tinker Air Force Base, focusing on the "Replace Unit Substation & Switchgear" initiative. It outlines a comprehensive list of required preconstruction submittals, certificates, and operation and maintenance data that contractors must provide before, during, and after the construction process. Key components include safety plans, testing reports, training documentation, and schedules for material submissions and project updates. Each entry is categorized by activity number, specification section, and submittal description, ensuring organized tracking of compliance requirements. The document emphasizes the importance of quality control, safety regulations, and timely submissions to adhere to government standards. By clearly delineating responsibilities and timelines, this register facilitates streamlined communication and compliance among contractors, government authorities, and project stakeholders, ultimately ensuring successful project execution and delivery.
    The Statement of Work (SOW) outlines the requirements for the replacement of the unit substation and switchgear at Tinker Air Force Base, Oklahoma. The project encompasses design, engineering, materials, labor, and quality control necessary to execute the replacement while maintaining the facility's operational integrity. The contractor is responsible for conducting a site investigation and ensuring that all personnel meet necessary licenses and safety certifications. Key personnel, including a Project Manager, Design Project Manager, and Quality Control Manager, must have specified experience. Emphasis is placed on quality control, safety, and adherence to government standards and regulations throughout construction. The facility will remain occupied during work hours, and contractor activities must not disrupt ongoing operations. The document details requirements for inspections, health and safety procedures, environmental regulations, and documentation submission procedures. It serves as a guiding framework to ensure compliance and successful project completion within the context of federal contracting standards and local governmental procedures.
    The document outlines the design narrative for the project WWYK140020, which involves replacing a unit substation and switchgear at Tinker Air Force Base in Oklahoma. The existing transformer and associated equipment have reached the end of their service life, necessitating their removal and replacement to restore redundant capacity. Safety measures, including structural modifications and compliance with multiple federal and DoD codes, are integral to the project design. The plan encompasses detailed demolition of old equipment, installation of new switchgear and electrical systems, and adherence to architectural and structural standards. Phasing plans are in place to ensure minimal disruption to operations, with coordination required for outages and work timing. Sections on civil, structural, and mechanical design indicate plans primarily centered on electrical modifications. The comprehensive approach underscores the commitment to safety, regulatory compliance, and efficient project management in enhancing facility capabilities at the Air Force Base.
    The document relates to the construction project at Tinker Air Force Base, specifically focused on replacing the unit substation and switchgear, representing a key infrastructure upgrade. It outlines expectations such as ensuring all construction adheres to set quality standards while also addressing safety and environmental concerns. The contractor is responsible for all aspects of construction, including erecting barriers, repairing any damage caused during operations, and managing new materials and labor. Detailed project notes specify the demolition of existing equipment, including transformers and switchboards, and the installation of new electrical systems. A comprehensive approach is highlighted, with an emphasis on maintaining safety and compliance with regulatory standards throughout the construction process. This document serves as an operational guideline for contractors, reinforcing the importance of meticulous planning and execution in federal construction projects.
    The Statement of Work (SOW) primarily outlines the replacement of the unit substation and switchgear at Building B3001, Tinker Air Force Base, Oklahoma. The contractor is to provide a complete scope of work, including design, engineering, materials, labor, and quality control to ensure a fully operational system for government use. Key personnel such as the Project Manager, Design Project Manager, and Quality Control Manager are required to possess specific experience and qualifications. The contractor must ensure that all personnel wear identifiable badges and comply with health, safety, and environmental regulations throughout the project, including managing potential hazards related to lead-based paint found on-site. Quality control processes must be established by the contractor to meet regulatory standards, maintaining records of inspections and corrective actions. The project involves working within occupied facilities, necessitating careful scheduling to minimize disruptions. The SOW emphasizes adherence to design specifications and regulatory guidelines while allowing for coordination with government personnel to ensure a smooth execution of the project. The focus on compliance with safety protocols, rigorous documentation, and effective communication illustrates the government’s commitment to safeguarding operational integrity at Tinker AFB during the construction phase.
    The memorandum from the 72nd Air Base Wing outlines responses to pre-bid Requests for Information (RFIs) concerning the project "Replace Unit Substation & Switchgear, Col V51, B3001" at Tinker Air Force Base. Key responses clarify that new 12.47 kV cables cannot be reused, existing 15 kV cables must be replaced, and the West bus is not connected to the existing substation. It confirms the elimination of the 15 kV fusible switch at the new substation as well as the requirement for a circuit breaker lifting device and a remote racking/switching station. The amended Statement of Work (SOW), Design Analysis, and Drawings are pending and will address these responses. Critical contact personnel for the project have been identified for further communication. The document serves the purpose of providing essential clarifications to bidders, ensuring all proposals align with the project's requirements and regulatory compliance.
    The document pertains to a construction project at Tinker Air Force Base, Oklahoma, focused on replacing the unit substation and switchgear designated as COL V51. It outlines essential construction directives, including adherence to quality standards, contractor responsibilities for site protection, and guidelines for managing existing site conditions during the project. Key tasks involve demolishing existing electrical components and installing new equipment, such as a 1000kVA transformer and associated switchboards. The document emphasizes the importance of ensuring safety measures, verifying dimensions, and maintaining construction barriers. Critical designs include demolition plans, mechanical and electrical layouts, and detailed specifications to guide contractor actions. The project aims to enhance operational capacity while complying with engineering standards and safety regulations. Overall, this initiative reflects the federal government's broader commitment to maintaining and upgrading military infrastructure to meet contemporary standards.
    The document pertains to a site visit for the replacement of a unit substation and switchgear, identified as WWYK140020, at Tinker Air Force Base. It requests specific personal information from individuals involved, including driver's license details, Social Security numbers, and dates of birth, possibly for security clearance or identification purposes during the project. The focus is on the technical upgrade of essential electrical infrastructure, which is critical for facility operations. This type of work typically falls under federal contracts and RFPs, emphasizing compliance with government standards and processes. The inclusion of personal data highlights the sensitive nature of operations within government facilities, necessitating rigorous identification and security protocols for all personnel engaged in federally funded projects.
    The document outlines the specifications and diagrams for the Electric Coordination Study and Arc Flash Labeling for Building 3001 at Tinker Air Force Base (TAFB). Developed by Frankfurt Short Bruza, the project consists of multiple electrical single-line diagrams, bus duct plans, and detailed electrical floor plans for several areas within the building, emphasizing 15 kV and 480V distribution loops. The report provides revisions history, a sheet index for easy navigation, and specific equipment-related details. Notably, it includes critical short-circuit current and arc-flash incident energy information, which are essential for ensuring safety and compliance with electrical standards. The overarching aim of this document is to provide a comprehensive overview that facilitates the understanding of electrical systems in Building 3001, ensuring operational safety and efficiency while complying with federal RFPs and state regulations. The document reflects a commitment to thorough documentation and systematic electrical management within government facilities.
    The document outlines a federal solicitation for the replacement of a unit substation and switchgear at Tinker Air Force Base, Oklahoma. It includes details regarding the submission and evaluation process for bids. The project, identified under solicitation number FA813725R00220001, has an estimated construction cost between $1,000,000 and $5,000,000. Contractors are required to provide performance and payment bonds and adhere to various federal regulations throughout the bidding and execution phases. Sealed bids must be submitted by May 30, 2025, with a performance period of 300 calendar days from the notice to proceed. Additionally, specifications for payment requests, bonding requirements, and compliance with the Buy American Act are provided. The contract emphasizes sustainability and local economic participation by favoring domestic materials and ensuring fair labor practices. This solicitation reflects the government's commitment to infrastructure modernization while ensuring transparency and compliance with legal obligations in federal contracting processes.
    This document serves as an amendment to a federal solicitation, specifically regarding proposal submission deadlines. It extends the due date for proposals from May 30, 2025, to June 20, 2025, at 1700 CST. Bidders must acknowledge receipt of this amendment through specified methods, including updating their submitted offers or sending separate communication that references the solicitation and amendment numbers. It also outlines the modification process for contracts/orders, detailing the necessary administrative adjustments and the authority under which these changes are made. The document includes sections for contractor details, solicitation numbers, and authorization signatures, ensuring that all terms from the original solicitation remain unaffected unless explicitly stated in this amendment. This amendment is part of the standard procedure in managing federal RFPs and contract modifications, facilitating clear communication and compliance among involved parties.
    The document outlines an amendment related to a solicitation and contract modification in a federal procurement context. Specifically, it addresses changes to submission dates and updates to solicitation documents, including the Statement of Work (SOW) and relevant design narratives. The due date for offers has been extended from May 30, 2025, to July 1, 2025. Additionally, new attachments have been added, while some previously included documents have been removed. Contractors must acknowledge receipt of this amendment to avoid rejection of their offers. The document highlights roles and responsibilities, emphasizing the importance of compliant communication methods for any changes to submitted offers prior to the new deadline. The regulatory framework allows for adjustments to contracts, including administrative changes and new requirements in line with established federal guidelines. Overall, this amendment serves to clarify modifications and necessary compliance for potential contractors engaging with the government.
    The document appears to be a corrupted government file, likely containing information related to federal and state local RFPs (Requests for Proposals) and grant processes. However, due to extensive data corruption, no clear topic, structure, or key ideas can be discerned. It is pivotal for government documents like RFPs and grants to present specific funding requirements, deadlines, project scopes, and eligibility criteria to potential applicants. Such documents typically follow a structured format that includes sections for introduction, requirements, and submission guidelines. Given the intended purpose of the document, it should ideally provide insights into government initiatives, funding opportunities, and procedural aspects of securing grants or proposals for various projects. The summary currently concludes that the file is unreadable, thus limiting any structured analysis or detailed reporting on federal or local grant opportunities. The importance of clarity and coherence in such documents cannot be overstated, as they facilitate effective communication with stakeholders and interested parties seeking funding or collaborative opportunities with governmental entities.
    Similar Opportunities
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) program for construction, repair, and maintenance services at Tinker Air Force Base in Oklahoma. This program aims to provide a broad range of construction services, including Design-Build and Construction Only projects, with a focus on small business participation for projects valued under $25 million, while larger projects will be open to full competition. The BOA will be valid for up to five years, and interested contractors must submit proposals in response to the annual BOA Invitation to qualify for future Order Proposal Requests (OPRs). For further inquiries, contractors can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil, with a proposal submission deadline of January 15, 2026, and a Pre-BOA Invitation Conference to be announced.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Fort Gibson Station Service 480V Switchgear Replacement
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the 480V switchgear at Fort Gibson Station in Oklahoma. This project involves the construction of non-building facilities, specifically focusing on the manufacturing and installation of switchgear and switchboard apparatus. The successful contractor will play a crucial role in ensuring the reliability and safety of electrical systems at the facility. Interested parties should note that amendments have been issued to provide site visit information and extend the proposal due date; for further details, they can contact Miguel Martinez at miguel.a.martinez2@usace.army.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.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Repair CTI Systems Teleplatforms
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.