Electrical Upgrade to the Telephone Rooms for Backbone Upgrade

SOL #: 69056726Q000010Combined Synopsis/Solicitation

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)

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) is seeking proposals for an Electrical Upgrade to the Telephone Rooms for Backbone Upgrade in Vancouver, WA. This is a Total Small Business Set-Aside Request for Quotation (RFQ) for a Firm Fixed Price (FFP) purchase order. The anticipated award date is February 26, 2026. Quotations are due February 24, 2026, at 2:00 PM PT.

Scope of Work

The project involves installing dedicated UPS-backed electrical circuits to specific Telecommunications Rooms (TRs) within the facility. Key requirements include:

  • Installation of two (2) new 30A/230V circuits, terminated in twist-lock L6-30R receptacles, in the Network Operations Center (NOC), Alaska TR, Denali TR, and Annex TR.
  • Installation of six (6) 30A L6-30R receptacles for PDU power input in the NOC TR.
  • Support for power to twelve (12) Tripp Lite / Eaton PDUMNH30HV units across four Telco rooms.
  • Installation of appropriate bonding conductors, UL-listed firestop assemblies for new firewall penetrations, and all necessary conduit, wiring, and breakers.
  • Required testing includes continuity, polarity, and UPS operation/failover validation for each circuit.
  • Deliverables include a testing and commissioning report and as-built drawings for cable routing.
  • A site survey and planning phase is required, and a 12-month warranty on new wiring and devices is expected.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Purchase Order
  • Set-Aside: Total Small Business Set-Aside
  • NAICS Code: 238210 (Size Standard: $19 million)
  • 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, United States.

Submission & Evaluation

  • Quotations Due: February 24, 2026, at 2:00 PM PT.
  • Questions Due: February 23, 2026, at 4:00 PM PT, submitted electronically to WFL.Purchasing@dot.gov.
  • Evaluation Factors: Price, Technical Compliance with Solicitation Requirements, Relevant Past Experience (using Attachment 0002), and Relevant Past Performance (using Attachment 0003 questionnaire).
  • Award Basis: Lowest priced technically acceptable offer.
  • Mandatory: Offerors must have an active registration in the System for Award Management (SAM).

Key Attachments & Actions

  • Price Schedule (Attachment 0001): Use this to provide pricing for CLIN 00101.
  • Offeror Work Experience Template (Attachment 0002): Complete this form (max 5 pages per contract) to demonstrate relevant experience.
  • Past Performance Reference Questionnaire (Attachment 0003): Provide this to references for direct submission to the government by the RFQ due date.
  • Plans (Attachment 0004): Contains electrical drawings and specifications crucial for understanding technical requirements.
  • Wage Determination (Attachment 0005): Outlines minimum wage rates and fringe benefits for the specified geographic area (Oregon/Washington counties), critical for labor cost estimation.
  • Site Visit (Attachment 0006): An organized on-site walk-through is scheduled for Tuesday, February 10, 2026, at 1:00 PM PT at 610 E 5th St, Vancouver, WA 98661. RSVP is required to wfl.purchasing@dot.gov. Attendance is strongly urged, as failure to inspect the site may preclude claims after award.

People

Points of Contact

WFL Simplified AcquisitionPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Version 1
Solicitation
Posted: Jan 30, 2026
View