Electrical Upgrade to the Telephone Rooms for Backbone 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 Transportation, Federal Highway Administration, Western Federal Lands Highway Division is soliciting quotations for an Electrical Upgrade to the Telephone Rooms for Backbone Upgrade in Vancouver, WA. This is a Total Small Business Set-Aside for a Firm Fixed Price (FFP) contract. The anticipated award date is February 26, 2026. Quotations are due by February 24, 2026, at 2:00 PM PT.
Scope of Work
The project requires the 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. Key deliverables include:
- Installing two (2) new 30A/230V circuits terminated in twist-lock L6-30R receptacles in each TR. (Clarified in Q&A that L6-30R (230V) is correct, despite drawings showing L5-30R).
- Installing six (6) 30A L6-30R receptacles at designated locations for the NOC TR.
- Providing power support for twelve (12) Tripp Lite / Eaton PDUMNH30HV units across four Telco rooms.
- Installing appropriate bonding conductors from the building grounding electrode system to each TR.
- Performing continuity and polarity testing, and validating UPS operation and failover.
- Installing UL-listed firestop assemblies for new firewall penetrations.
- Delivering as-built drawings for cable routing.
- Wiring method to be 10/3 MC cable with ground (as clarified in Q&A for future upgrades), routed through T-bar ceilings and along structural lines.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Purchase Order
- Period of Performance: To be completed no later than thirty (30) days after receipt of the order.
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors)
- Size Standard: $19 million
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).
- Award Basis: Lowest evaluated price of technically acceptable quotations.
- Mandatory Registration: Offerors must have an active registration in the System for Award Management (SAM).
Key Dates & Contacts
- Site Visit: An organized on-site walk-through was held on Tuesday, February 10, 2026, at 1:00 PM PT. Attendance was urged and expected, and bidders are responsible for understanding site conditions.
- Primary Contact: WFL Simplified Acquisition, WFL.Purchasing@dot.gov, 360-619-7733.
Attachments & Clarifications
Key attachments include the Price Schedule (0001), Offeror Work Experience Template (0002), Past Performance Questionnaire (0003), Plans (electrical drawings, 0004), Wage Determination (0005), and Site Visit details (0006). Recent Q&A documents (02-05-2026 and 02-09-2026) clarified technical specifications, confirming the use of L6-30R (230V) receptacles and recommending 10/3 MC cable with ground for wiring.