Electrical Upgrade to the Telephone Rooms for Backbone Upgrade
SOL #: 69056726Q000010Solicitation
Overview
Buyer
Transportation
Federal Highway Administration
690567 WESTERN FEDERAL LANDS DIV
VANCOUVER, WA, 98661, United States
Place of Performance
Vancouver, WA
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)
Original Source
Timeline
1
Posted
Jan 30, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 24, 2026, 10:00 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 U.S. Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division (WFLHD), is soliciting quotations for an Electrical Upgrade to the Telephone Rooms for Backbone Upgrade in Vancouver, WA. This is an OPEN-MARKET Firm Fixed Price (FFP) Request for Quotation (RFQ), set aside for Total Small Businesses. The project involves installing dedicated UPS-backed electrical circuits in specific telecommunications rooms. Quotations are due by February 24, 2026.
Scope of Work
The requirement is for an electrical upgrade to support a backbone upgrade. This includes:
- Installation of dedicated UPS-backed electrical circuits from Panel UPS1A to specific Telecommunications Rooms (TRs), including the Network Operations Center (NOC), Alaska TR, Denali TR, and Annex TR.
- Each TR requires two (2) new 30A/230V circuits terminated in twist-lock L6-30R receptacles.
- Work encompasses conduit installation, circuit wiring (10/2 MC cable), breaker installation, receptacle installation, grounding and bonding, and comprehensive testing.
- A mandatory site survey and planning phase is required to assess breaker space, amperage capacity, UPS load, and routing feasibility.
- Deliverables include a testing and commissioning report, and as-built drawings for cable routing.
- General provisions include housekeeping, testing, commissioning, and a 12-month warranty.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a $19 million size standard.
- PSC: N061 (Installation Of Equipment: Electric Wire, And Power And Distribution Equipment).
- Period of Performance: To be completed no later than thirty (30) days after receipt of the order.
- Place of Performance: 610 E 5th St, Vancouver, WA 98661.
Key Dates
- Published Date: January 30, 2026
- Site Visit: Tuesday, February 10, 2026, at 1:00 PM PT. RSVP to wfl.purchasing@dot.gov.
- Questions Due: February 23, 2026, by 04:00 PM PT to WFL.Purchasing@dot.gov.
- Quotations Due: February 24, 2026, by 10:00 PM PT.
- Anticipated Award Date: February 26, 2026.
Submission & Evaluation
- Submission: Quotations must be submitted electronically. Offerors must have an active Federal Government contracts registration in the System for Award Management (SAM).
- Required Attachments:
- Attachment 0001_Price Schedule: Complete for CLIN 00101 (Firm-Fixed Price, Lot).
- Attachment 0002_Offeror Work Experience Template: Complete for Evaluation Factor 3 (Relevant Past Experience), limited to 5 pages per contract.
- Attachment 0003_Past Performance Reference Questionnaire: To be completed by references and submitted directly to WFL.Purchasing@dot.gov by the due date.
- Evaluation Factors: Price, Technical Compliance with Solicitation Requirements, Relevant Past Experience, and Relevant Past Performance. Award will be made to the responsible Offeror with the lowest evaluated price meeting or exceeding acceptability requirements.
Additional Notes
- A site visit is strongly urged and expected to understand site conditions. Compliance with the "REAL ID" Act is required for facility access.
- Bidders must adhere to the Wage Determination (No. 2015-5563, Revision No. 27) for Oregon and Washington counties, covering minimum wage rates and fringe benefits under the Service Contract Act.
People
Points of Contact
WFL Simplified AcquisitionPRIMARY
Files
Files
No files attached to this opportunity