Electrical Contractors and Other Wiring Installation
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 Air Warfare Center Aircraft Division (NAWCAD) Lakehurst is seeking Electrical Contractors and Other Wiring Installation services to establish multiple Blanket Purchase Agreements (BPAs). These BPAs will support various Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) programs. This opportunity is a Total Small Business Set-Aside. Interested vendors can be added on a rolling basis, with a final submission deadline of March 11, 2026, at 1:00 PM EST.
Scope of Work
NAWCAD Lakehurst intends to establish BPAs for electrical contracting and wiring installation services. These BPAs will serve as a streamlined method for acquiring supplies and services on an as-needed basis. Individual requirements will be competed among BPA holders through the Lakehurst BPA Tool. The FY26 NAICS List.pdf document provides relevant classification codes to help bidders understand government procurement classifications.
Contract & Timeline
- Contract Type: Multiple Blanket Purchase Agreements (BPAs)
- BPA Master Limit: $4,999,999.00 over five (5) years
- Individual Call Limit: Up to $250,000 per call, not exceeding the Simplified Acquisition Threshold or $7.5M under FAR 13.500.
- Set-Aside: Total Small Business (FAR 19.5)
- Response Due: March 11, 2026, 1:00 PM EST (rolling basis for vendor addition)
- Published: November 18, 2025
- Place of Performance: Joint Base MDL, NJ
- Payment: Government Credit Cards or Wide Area Workflow (WAWF).
- Delivery: Typically FOB Destination to Lakehurst, NJ.
Submission & Evaluation
Prospective vendors must submit their Cage Code, Unique Entity Identifier (UEID), and a capabilities statement detailing their primary business practice and whether they are a manufacturer or supplier/distributor. A copy of a current, approved DD Form 2345 is also required for access to export-controlled drawings. Submissions should be emailed to karin.a.quagliato.civ@us.navy.mil, referencing N6833525Q0321 in the subject.
Responsibility determinations will be made per FAR Part 9.104, and the non-manufacturer rule (FAR Part 19.505(c)) applies, requiring non-manufacturers to have fewer than 500 employees. Individual call orders will generally be awarded to the lowest-priced, technically acceptable, exact match offer. Vendors must actively participate and maintain good performance to retain their BPA.
Additional Notes
NAWCAD Lakehurst has transitioned from the Unison platform. The BPA VendorTraining Slides.pdf document details the new process: vendors will receive solicitation details via email from NAVAIR_Acquisition@us.navy.mil, including an Excel attachment for bidding. This attachment will contain tabs for General Information, Buy Terms, Bidding Requirements, and Line Item Input, where vendors must populate "Seller Description," "Delivery Days," and "Unit Price." Vendors typically have one business day to submit offers for RFQs.