Electrical Parts
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, ACC-RI, is soliciting proposals for Electrical Parts under Solicitation W519TC26QA041. This requirement is a Total Small Business Set-Aside (FAR 19.5) for the procurement of various electrical components, including load centers and breakers. Quotes are due by February 19, 2026, at 10 AM CT.
Scope of Work
This solicitation covers the procurement of specific electrical parts, such as 100A Main Breaker Load Centers, 20A GFCI Breakers, and 100A Breakers. Each item has detailed specifications regarding voltage ratings, enclosure ratings (e.g., NEMA 3R OUTDOOR), material (e.g., galvannealed steel), and compatibility requirements with specific drawings (e.g., 1110700755, 1110700832, 1110700859). All proposed parts must strictly meet these drawing requirements, and a Certificate of Conformance (COC) is required with each delivery. A one-year parts and labor warranty is also mandatory for all CLINs, effective upon final acceptance.
Contract Details
This is a firm fixed-price purchase order. Pricing must be submitted on the SF 1449 form, including unit price, total CLIN amount, and grand total. Shipping costs must be included in the unit price, FOB Destination Rock Island, IL. Quotes must remain valid for 90 days after submission. Payment will be processed electronically via the Wide Area Workflow (WAWF) System.
Submission & Evaluation
Quotes must be submitted via email to the Contract Specialist. A critical requirement is to provide the Country of Origin for all CLINS being quoted; failure to include this information will result in non-consideration for evaluation. The Government intends to award without discussions, though it reserves the right to conduct discussions if necessary. The Government may utilize AI tools for proposal analysis, but final evaluation judgments will be made by Government personnel.
Eligibility & Set-Aside
This opportunity is a Total Small Business Set-Aside. The applicable NAICS Code is 335999 with a corresponding Size Standard of 600 employees.
Important Notes
Solicitation amendments have revised CLIN descriptions and drawings. Amendment 2 provided answers to contractor questions, clarifying specific breaker requirements. The latest amendment, Amendment 3, extended the closing date to February 19, 2026. Drawings are referenced and are crucial for understanding technical requirements; bidders should allow up to 48 hours for drawings to appear in the posting for access. Deliveries are to Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC), with specific installation access and receiving hours provided.