BLDG ELECTRICAL UPGRADE
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 Naval Undersea Warfare Center Division, Keyport, is conducting market research for an electrical upgrade project in Building 5945. This Sources Sought notice aims to identify qualified parties capable of installing a new 1,200A and two (2) new 600A electrical panels, which will require the relocation of existing electrical equipment. Responses, including a completed "Questionnaire for Industry," are due by May 4, 2026.
Purpose
This is a Request for Information (RFI) to gather market capabilities and interest. It does not constitute a Request for Proposal (RFP), and the Government will not assume financial responsibility for any costs incurred in responding. This notice is for planning purposes only and does not guarantee a future solicitation.
Scope of Work
The project involves:
- Relocating existing metering and additional electrical equipment.
- Reconfiguring breakers in existing switchgear.
- Installing one (1) new 1,200 A switchgear and two (2) new 600 A panels.
- Installing new conduit and wiring to re-feed existing and new electrical panels.
- Installing a new 200A 3 phase 480V receptacle.
- Restoring surrounding walls or structural surfaces affected by the work.
- Providing Operations and Maintenance (O&M) Manuals, product data, manufacturer’s manuals, warranty, specifications, field test results, wiring diagrams, and as-built prints.
Key Requirements & Standards
- All materials and products must be new, manufactured, and assembled in the United States.
- Installation must be performed by trained technicians with a minimum of five (5) years’ experience or journeyman certification.
- Work must comply with applicable industry standards, safety procedures, and codes (e.g., UFGS, UFC, IBC, IMC, IPC, NEC, NESC, NFPA).
- Adherence to Operations Security (OPSEC) requirements is mandatory.
- Access to Building 5945 is limited to cleared personnel and vehicles, and a Safety and Security Brief is required.
- Portable Electronic Devices (PEDs) and contractor photography are prohibited inside NUWC Keyport Buildings.
- The contractor is responsible for quality control, inspections, tests, and compliance with all federal, state, and local environmental regulations.
Response Instructions
Interested parties must complete the attached "Questionnaire for Industry" word document and return it via email to john.p.gathu.mil@us.navy.mil.
- Response Due: May 4, 2026, 8:00 PM EDT.
- Do not include any classified, controlled unclassified, or ARMS export controlled documents or information.
Contract & Timeline
- Type: Sources Sought / RFI
- Set-Aside: None specified
- Response Due: May 4, 2026
- Published: April 16, 2026
- Agency: Naval Undersea Warfare Center Division, Keyport (Dept Of Defense, Dept Of The Navy)
- Place of Performance: Building 5945, Naval Undersea Warfare Center (NUWC) Division, Keyport.
Additional Notes
Responses will be used for market research to determine potential small business participation and overall industry capability. The Government may not respond to specific questions or comments submitted.