Electrical Switchboard 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 U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting quotations for an Electrical Switchboard Upgrade at the Cotton and Tobacco Program's Classing Office in Corpus Christi, TX. This Total Small Business Set-Aside opportunity requires the upgrade and maintenance of the main power electrical switchboard, including the installation of a new 1600A pressure switch. Quotations are due by April 9, 2026, at 4:00 PM CT.
Scope of Work
The contractor will provide all labor, materials, equipment, testing, and documentation to repair and upgrade the existing main electrical switchboard. Key tasks include:
- Inspection and Assessment: Thorough evaluation of existing components and identification of deficiencies.
- Repairs and Upgrades: Replacing damaged or obsolete components with UL-listed parts, repairing bus bars, and ensuring compliance with current National Electrical Code (NEC), NFPA 70E, OSHA, and USDA requirements. This includes arc-flash mitigation and updated lockout/tagout provisions.
- Surge Protection: Installation of a UL 1449 4th Edition service-entrance surge protective device (SPD) if needed.
- Coordination: Scheduling electrical outages with AEP and USDA facility management, performing work after hours on a Saturday to minimize disruption.
- Documentation: Providing an inspection report, repair plan, submittals, as-built drawings, Operations & Maintenance (O&M) manuals, commissioning/testing reports, and training for USDA personnel.
- Permits & Compliance: Obtaining necessary permits from the City of Corpus Christi and ensuring all work meets city inspection standards.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside
- NAICS: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a $19.0 million size standard.
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed (NTP) and be completed within 90 calendar days after NTP (anticipated April 13, 2026, to July 13, 2026).
- Quotations Due: April 9, 2026, 4:00 PM CT.
- Published Date: March 26, 2026.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:
- Price: Quotes will be assessed for fairness and reasonableness.
- Technical Acceptability: Quoted products must meet or exceed salient characteristics specified in the Statement of Work (Attachment 3). Offerors must provide descriptive literature for "or equal" items.
- Past Performance: Evaluated as Acceptable, Neutral, or Unacceptable based on references, past contracts, and CPARS. The government will evaluate the lowest-priced offer first for technical and past performance acceptability. Offers must be held firm for 90 calendar days.
Key Dates & Contacts
- Site Visit: Wednesday, April 1, 2026, at 10:00 AM CT. Point of Contact: Donna Purvis, 361-241-4001.
- Questions Deadline: March 27, 2026, at 12:00 PM ET. Submit questions via email to Margaux.G.Nenichka@usda.gov.
- Primary Contact: Margaux Nenichka, Margaux.G.Nenichka@usda.gov.
Additional Notes
This solicitation incorporates various FAR and AGAR clauses, including those related to prevailing wage rates (Davis-Bacon Act), bonds, insurance, and compliance with anti-discrimination and DEI requirements. Bidders must account for prevailing wage rates for Nueces County, TX, as detailed in Attachment 4.