BLDG 722 Electrical Installation - April 2026
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, W6QM MICC-FT RILEY, is soliciting proposals for Electrical Installation services in Building 722 at Fort Riley, Kansas. This Total Small Business Set-Aside opportunity, identified as W911RX26QA024, requires the installation of electrical upgrades to support the Synthetic Training Environment-Reconfigurable Virtual Collective Trainer-Air (STE-RVCT-A) suite. Offers are due by March 31, 2026, at 04:00 PM local time.
Scope of Work
This one-time electrical upgrade project in Building 722, Fort Riley, Kansas, includes:
- Installation of one (1) 300 Amp Electrical Panel.
- Installation of thirteen (13) dedicated 20 Amp electrical outlets with covers.
- Provision and installation of thirteen (13) 25-foot Cord Reels.
- Provision and installation of approximately 150 feet of conduit and 150 feet of electrical wiring.
- All electrical work must comply with NFPA/NEC 70E, NEC 70, NEC 70B, applicable Army Regulations, and all local/state electric codes. A diagram in the Performance Work Statement (PWS), section 4, provides further details.
Contract & Timeline
- Contract Type: Solicitation, Firm Fixed Price (for items).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a size standard of $19,800,000.00.
- Period of Performance: April 10, 2026, to April 30, 2026 (7 business days for the upgrade).
- Offer Due Date: March 31, 2026, at 04:00 PM local time.
- Published Date: March 25, 2026.
Submission & Evaluation
Offerors must fill out and sign both the 'Solicitation - W911RX26QA024' document and the 'Attachment 01 Salient Characteristics Sheet'. These documents, along with any other relevant quotes, must be emailed to the designated Point of Contact. Evaluation will be based on Minimum Technical Acceptability and Price. The Salient Characteristics Sheet is critical for demonstrating how proposed solutions meet or exceed technical requirements. Payment will be processed via the Wide Area WorkFlow (WAWF) system.
Special Requirements
- Insurance: Proof of specific minimum insurance coverage (Worker's Comp, General Liability, Automobile Liability) is required within 10 days of award.
- Security: Local background checks, installation access, AT Level I, and iWATCH training are mandatory for contractor personnel.
- Certifications: All employees must possess and maintain current Information Assurance Technician (IAT) Level I professional certification.
- Quality Control: The contractor must develop and maintain an accepted Quality Control Program (QCP).
- Wage Determination: Bidders must review the provided Wage Determination (Service Contract Act) for Geary County, Kansas, to ensure compliance with minimum wage rates and fringe benefits for labor costs.
Point of Contact
- Name: Noah Younger
- Email: noah.w.younger.civ@army.mil
- Phone: 5207148003