TINKER AFB MAC BOA WWYK150083 - Repair Transformer Vault 6, B9001

SOL #: FA813726R0008Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8137 AFSC PZIOC
TINKER AFB, OK, 73145-9125, United States

Place of Performance

S Coffeyville, OK

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Restoration Of Real Property (Public Or Private) (Z2QA)

Set Aside

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

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 25, 2026
3
Response Deadline
Mar 25, 2026, 9:00 PM

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 Air Force, AFSC PZIOC is soliciting proposals for the Repair of Transformer Vault 6, Building 9001 at Tinker Air Force Base, Oklahoma. This opportunity is exclusively for Tinker AFB MAC BOA Holders and is a Total Small Business Set-Aside. The project involves critical electrical infrastructure repair and upgrades. Proposals are due March 25, 2026, at 4:00 PM CST.

Scope of Work

This project entails the repair and replacement of electrical components within Transformer Vault 6, Building 9001. The work includes furnishing all materials, labor, and equipment to replace two gas-filled 2000KVA transformers, associated 480V switch gear (labeled #6C and #6D), all 15KV switches, and the original 3000A tie bus, all of which have exceeded their rated life expectancy. Additionally, the scope covers replacing interior lighting, adding visual fire alarm notification devices to meet ABA requirements, and repairing the vault's exterior. The contractor must perform a site investigation to verify existing conditions and address necessary logistical, architectural, and structural work.

Contract Details & Timeline

  • Contract Type: Negotiated (RFP)
  • Estimated Magnitude: Between $1,000,000 and $5,000,000
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Eligibility: Mandatory for Tinker AFB MAC BOA Holders only.
  • Period of Performance: 271 calendar days, with work commencing 10 calendar days after Notice to Proceed.
  • Liquidated Damages: $277.75 per calendar day of delay.
  • Initial Site Visit: Held on February 05, 2026. Attendance was mandatory to be eligible to propose.
  • RFI Due Date: February 17, 2026. Government responses have been posted.
  • Proposal Due Date: March 25, 2026, at 4:00 PM CST.

Key Clarifications & Requirements

Recent amendments and RFI responses have provided crucial details:

  • Transformer Type: Existing transformers are gas-filled, not oil-filled, and do not contain PCBs.
  • Busway Transition: Custom busway adapters are intended to extend the existing ITE XL-X busway to new gear.
  • Metering: Base standard ION8650 meters are expected; externally mounted meters are acceptable if switchgear mounting is not feasible.
  • Phasing: Demo work must be phased to minimize production impact, and contractors are responsible for means and methods of temporary power transfer.
  • Electrical Standards: The project will adhere to the 2025 Tinker AFB Electrical Standards.
  • Hoist System: Contractors must install and remove their own hoist system; the existing hoist beam is damaged.
  • Arc Flash: Arc-flash mitigation techniques are required, not arc-resistant gear.
  • Personnel: Key personnel (PM, QCM, SSHO, Project Superintendent) require specific experience. All personnel accessing Tinker AFB need AFMC Form 387 badges.
  • Documentation: Electronic submission with specific naming conventions and formats is required for all documents, including a baseline schedule, submittal register, and record drawings.
  • Environmental: No Class 1 Ozone Depleting Substances (ODS) are required. Environmentally preferable purchasing (recovered materials) is a consideration.

Contact Information

People

Points of Contact

Megan DonagheSECONDARY
Sara HindsPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Pre-Solicitation
Posted: Mar 25, 2026
View
Version 9
Pre-Solicitation
Posted: Mar 25, 2026
View
Version 8
Pre-Solicitation
Posted: Mar 24, 2026
View
Version 7Viewing
Pre-Solicitation
Posted: Mar 23, 2026
Version 6
Pre-Solicitation
Posted: Mar 13, 2026
View
Version 5
Pre-Solicitation
Posted: Mar 12, 2026
View
Version 4
Pre-Solicitation
Posted: Mar 4, 2026
View
Version 3
Pre-Solicitation
Posted: Feb 17, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 2, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View