PROJECT NUMBER: ZHTV XX-XXXX
PROJECT TITLE: Wright-Patterson AFB (WPAFB) Electrical Service System Repairs FY 27-32
ESTIMATED VALUE: $99,900,000
PROJECT DESCRIPTION:
This requirement calls for one prime contractor to furnish all labor, supervision, equipment, and materials necessary to complete a wide range of electrical repair, replacement, and upgrade activities under Project ZHTV ZZZZZZ, “Repair Electrical Systems.” Task orders will define specific requirements and may involve demolition, system removals, testing, and incidental construction. Work will be performed across Wright-Patterson Air Force Base, Ohio, including Areas A and B and all other Government-owned facilities.
One prime contractor shall self-perform work using its own organic personnel. Subcontracting opportunities may be used for specialized trades, ancillary work, or unique expertise only. The prime contractor must retain principal responsibility for all work performed.
The prime contractor scope includes, but is not limited to, the inspection, diagnostics, and renewal of both low- and medium-voltage electrical systems. This may require modernization or replacement of transformers, switchgear, panelboards, protective devices, motor control centers, emergency generator assemblies with transfer switches, fire alarm networks, power conditioning equipment, surge and lightning protection, interior and specialty lighting systems, conductors, cables, and associated terminations. Additional requirements may involve repair and integration of Direct Digital Controls (DDC) for HVAC, vertical transportation equipment control/lighting systems, and other specialized building automation systems.
Additionally, work may extend to overhead and underground distribution systems, service feeders, grounding grids, duct banks, conduit networks, and manholes. The prime contractor will be expected to provide temporary power during outages, coordinate system cutovers, and perform functional testing, commissioning, and acceptance activities to verify compliance with all current codes and Wright Patterson AFB Installation Facility Standards. Energy efficiency-driven upgrades, and emergency repair services may also be executed under this contract.
Subcontracting opportunities may be available for ancillary work. Ancillary work may include selective demolition, removal and reinstallation of ceilings, walls, or floors, excavation, trenching, backfilling, site restoration, environmental testing/remediation, and limited structural, mechanical, or architectural tasks that are incidental to completing the electrical effort.
SPECIAL REQUIREMENTS/CONCERNS:
Emergency situations may require the prime contractor to begin work within as little as one calendar day of notification. The availability and reliability of electrical systems are mission critical, and delays may result in liquidated damages that exceed typical construction contract values. The contractor shall coordinate all work activities with the Contract Manager (CM) prior to execution. A detailed schedule of work, in proper sequence, shall be developed and mutually agreed upon by the Contracting Officer, CM, and the contractor to ensure minimal disruption to building occupancy and base operations.
CONTRACTING SPECIALIST: evan.seiser@us.af.mil
CONTRACTING OFFICER: megan.christmann@us.af.mil
The United States Air Force, AFLCMC/Operational Contracting Branch, Wright‐Patterson AFB, Ohio is seeking capabilities packages of potential sources, including both large and small businesses. Small business categories of interest include HUBZone, 8(a), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). This sources sought is for planning purposes only. The work consists of furnishing all labor, equipment, materials, and performing all operations necessary in connection with ZHTV ZZZZZZ, “Electrical Service System Repairs,” including removals and miscellaneous work as specified and as shown or noted on drawings provided in individual task orders. One prime contractor shall self-perform work using its own organic personnel. Subcontracting opportunities may be used for specialized trades, ancillary work, or unique expertise only. The prime contractor must retain principal responsibility for all work performed. The site of the work is the Area A, Area B, and all other properties owned by Wright‐Patterson Air Force Base, Ohio.
PERIOD OF PERFORMANCE
The anticipated period of performance is one base year ordering period with four additional year ordering periods. The estimated magnitude is between $1,000,000 and $99,900,000.
MAXIMUM VALUE
This IDIQ contract will have a maximum value of $99,900,000.
NAICS CODE
The NAICS Code assigned to this acquisition is 238210 (Electrical Contractors and Other Wiring Installation Contractors), with a Size Standard of $36.5M. Firms responding should indicate their size in relation to this size standard, and indicate socio‐economic status (SB, 8(a), SDVO, WO or HUBZone). All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set‐aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime Contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219‐14(c)(3). All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 2:00 P.M. ET on 8 OCT 2025.
Please include the following in your Capability Package:
- A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address;
- Your DUNS Number and/or CAGE Code;
- Date of HUBZone certification, if applicable;
- 8(a) certification, if applicable;
- Documentation of SDVOSB status, if applicable;
- WOSB must provide information IAW Federal Acquisition Regulation 19.1503;
- List experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single‐sided pages), experience shall be direct employees who preformed electrical work as defined above;
- Capacity and capabilities to execute $10-20 million per year over a 5-year span as the prime contractor with subcontracting limited to specialized trades, ancillary work, or unique expertise only;
- Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project
**Fax responses will NOT be accepted.**
**Advertising or marketing information is NOT appropriate.**
E‐mail responses will be accepted. E‐mail response shall be sent to: megan.christmann@us.af.mil and evan.seiser@us.af.mil. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming effort will be conducted as a full and open competition or as a set‐aside for small business, or any particular small business program.
Responses shall be limited to 10 pages.
Be advised that all correspondence sent via e‐mail shall contain a subject line that reads, “Electrical Service System Repairs ". If sending attachments by e‐mail, ensure only .pdf, .doc, or .xls documents are sent. The e‐mail filters at Wright‐Patterson AFB are designed to filter e‐mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a .zip or .exe file is attached, it may be deleted by the e‐mail filters.