Install 3 Phase Power Drops, B4848
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
This Award Notice pertains to a Request for Proposal (RFP) for the installation of 3-phase power drops in Building 4848 at MCAS Cherry Point, North Carolina. The Naval Facilities Engineering Command, Mid-Atlantic, sought proposals for this project, which was a Total Small Business Set-Aside. The original proposal due date was January 28, 2026, and the notice was published on March 9, 2026, indicating the solicitation period has concluded.
Scope of Work
The project involved comprehensive electrical and incidental related work to install 3-phase power drops. Key elements included:
- Installation of a 120/208V 200A load center (LC1), 3P60A fused disconnect switches, and associated conduit and wiring.
- Specific requirements for conduit types, burial depths, and NEMA ratings for enclosures.
- Detailed panelboard schedules outlining electrical loads, circuit breakers, and wiring for Building 4848's panelboards.
- Compliance with Section 26 20 00 (Interior Distribution System) specifications, referencing numerous industry standards (e.g., ASTM, IEEE, NFPA).
Contract Details
- Contract Type: Request for Proposal (RFP) for a firm-fixed-price contract.
- Estimated Cost Range: $25,000 - $100,000.
- Period of Performance: Work to be completed within 60 calendar days after award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: MCAS Cherry Point, North Carolina.
Submission & Evaluation (Past Due)
- Original Proposal Due: January 28, 2026, at 1200 local time.
- Submission Method: Proposals were to be submitted via email to evan.c.dumke.civ@us.navy.mil and meghan.j.hislop.civ@us.navy.mil.
- Requests for Information (RFIs): Original due date was January 20, 2026, at 1200.
- Basis for Award: Lowest Price. The Government intended to award without discussions, emphasizing that initial offers should contain the best terms.
- Eligibility: Only specific, pre-listed contractors (T.E. Davis Construction Company, Joyce & Associates Construction, Inc., Olympic Enterprises, Inc., Quadrant Construction) were eligible to submit proposals.
- Bid Bonds: Required in accordance with FAR 52.228-1, with an electronic copy to be submitted with the proposal.
Special Requirements
Work was to be performed in an occupied building, requiring prior approval for entry and protection of existing contents. Utility cutovers/interruptions required 15 days' written notice and a contingency plan. Contractor personnel needed to comply with Defense Biometrics Identification System (DBIDS) for installation access and adhere to all activity regulations, including safety, fire, traffic, and security. Mandatory Personal Protective Equipment (PPE) and compliance with EM 385-1-1, NFPA 70, NFPA 70E, and NFPA 241 were required.