B35 Critical Loop

SOL #: W50S7X26QA001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7M9 USPFO ACTIVITY KSANG 184
MCCONNELL AFB, KS, 67221-9000, United States

Place of Performance

PRAIRIE VLG, KS

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Installation Of Equipment: Electric Wire, And Power And Distribution Equipment (N061)

Set Aside

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

Timeline

1
Posted
Jan 7, 2026
2
Last Updated
Mar 9, 2026
3
Submission Deadline
Mar 5, 2026, 3:00 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 Kansas National Guard, under the Department of the Air Force, is soliciting quotes for the B35 Critical Loop project. This Firm Fixed-Price (FFP) contract is for the installation of a critical electrical line to Building 35's communications room at McConnell AFB, Wichita, Kansas, ensuring continuous power during outages. This opportunity is a 100% Total Small Business Set-Aside. Electronic quotes are due by March 5, 2026, at 09:00 CST.

Scope of Work

The contractor will provide all necessary plant, labor, transportation, materials, tools, equipment, appliances, and supervision for the installation. Key tasks include:

  • Horizontal Directional Drilling: Approximately 600 linear feet of 4" conduit from C2SG to Building 35, encased in 4000 psi concrete. Boring is required under existing roads/sidewalks; hydrovac trenching with concrete encasing may be used in grassy areas.
  • Transformer Installation: Install a new 12470V Delta to 120/208 3-phase, 150 amp, 75 KVA transformer at Building 35, provided by the contractor. A 4000 psi reinforced concrete pad is required.
  • Utility Vault Installation: Install a 6x6x6' precast utility vault midway between C2SG and Building 35. Core drilling will be required for new openings as existing vault drawings are not provided.
  • Electrical Wiring: Pull Number 2 AWG 15KV wire through conduit, terminate at the new transformer, and connect to the vacant switch at C2SG. Pull 4/O wire from the transformer secondary to a disconnect and then to a transfer switch inside the communications room (approximately 35 feet linear distance). The communication room requires a 200A disconnect for the total connected load.
  • Deliverables: A complete and usable system, including installed and tested conduit, operational transformer, utility vault, and energized electrical system, with documentation of installation and testing.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP)
  • Duration: 60 calendar days after Notice to Proceed.
  • Magnitude of Construction: Between $100,000 and $250,000.
  • NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors)
  • Set-Aside: 100% Total Small Business Set-Aside.
  • Place of Performance: Building 35, McConnell AFB, Wichita, Kansas.

Key Requirements & Clarifications

  • Coordination: Contractor must coordinate with base personnel for power switch-over, providing a minimum of 30 days' notice. Base access requires coordination with Civil Engineer (CE) Operations.
  • Compliance: All work must comply with federal, state, local, and industry codes (e.g., NEC, OSHA, Kansas DOT) and McConnell AFB Hazardous Materials Management Program (HMMP). Confined space entry procedures must be followed.
  • Site Inspection: A site inspection is required prior to bid submission.
  • Materials: Only new Medium Voltage (MV) transformers are acceptable.

Submission & Evaluation

  • Submission Method: Electronic quotes to 184WG.MSG.CONTRACTING@us.af.mil. The subject line must be "W50S7X-26-Q-A001 Offer; Company name".
  • Evaluation Criteria: Best Value determination based on Price and Experience/Capability, with Price considered more important.
  • Offer Validity: Offers must be valid for 30 calendar days after the due date.
  • Bonds: Performance and Payment Bonds are required.
  • Registration: Interested offerors must be registered in SAM.gov.

Important Dates

  • Solicitation Closing Date: March 5, 2026, at 09:00 CST.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Mar 9, 2026
View
Version 9
Solicitation
Posted: Mar 4, 2026
View
Version 8
Solicitation
Posted: Feb 26, 2026
View
Version 7
Solicitation
Posted: Feb 26, 2026
View
Version 6
Solicitation
Posted: Feb 25, 2026
View
Version 5Viewing
Solicitation
Posted: Feb 25, 2026
Version 4
Solicitation
Posted: Feb 24, 2026
View
Version 3
Solicitation
Posted: Feb 12, 2026
View
Version 2
Solicitation
Posted: Feb 3, 2026
View
Version 1
Sources Sought
Posted: Jan 7, 2026
View