JRRF 300KVA Distribution Transformer Inspect, Clean, Repair and Test

SOL #: 6933A226Q000008Combined Synopsis/Solicitation

Overview

Buyer

Transportation
Maritime Administration
6933A2 DOT MARITIME ADMINISTRATION
NORFOLK, VA, 23505, United States

Place of Performance

Fort Eustis, VA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electric Wire, And Power And Distribution Equipment (J061)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 1, 2026
2
Submission Deadline
Apr 20, 2026, 5:00 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, Maritime Administration (MARAD), is soliciting proposals for the inspection, cleaning, repair, and testing of three 300KVA Distribution Transformers at the James River Reserve Fleet (JRRF) in Fort Eustis, VA. This is a Combined Synopsis/Solicitation for commercial items, with award anticipated as a Firm Fixed Price Purchase Order. Quotes are due by April 20, 2026, at 1:00 PM ET.

Scope of Work

The contractor will be responsible for removing the three 300KVA, 60 Hz, Three Phase transformers from JRRF, transporting them to their facility for comprehensive inspection, repair, and testing, and then returning them to JRRF for final testing. Key tasks include:

  • Inspection & Testing: Oil sampling (moisture, dielectric, gas, PCB), detailed reporting, Dielectric, Turns Ratio, and Meggering tests.
  • Repairs: Replacement of external HV connectors, associated wiring, ground bus, shield wiring, fuse drawers, and potentially bushings and gaskets.
  • Cleaning & Refurbishment: Internal and external cleaning, corrosion removal, preservation, priming, and painting.
  • Deliverables: Written reports of findings, PCB-free certificates, and satisfactory cleaning.
  • Supplemental Work: Provision for additional labor and materials, if requested by the Government, with costs for materials and subcontracted labor exceeding $200 requiring supporting documentation.

Contract Details

  • Contract Type: Firm Fixed Price Purchase Order.
  • Period of Performance: Anticipated from the date of award (around April 23, 2026) through August 30, 2026.
  • Place of Performance: James River Reserve Fleet, Fort Eustis, VA.
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance).
  • Small Business Size Standard: $12.5 Million.
  • Payment Terms: Net 30 days after delivery and receipt of invoice.

Set-Aside

This opportunity is designated as No Set Aside Used, Full and Open Competition.

Submission & Evaluation

  • Questions Due: April 10, 2026, at 3:00 PM ET. Submit via email to william.wile@dot.gov, referencing solicitation number 6933A226Q000008.
  • Quote Submission: April 20, 2026, at 1:00 PM ET. Submit via email to william.wile@dot.gov.
  • Evaluation Method: Lowest Price Technically Acceptable (LPTA). Only the lowest-priced offer will be evaluated for technical acceptability. The government reserves the right to award without discussions.
  • Basis of Award: Award will be made to the responsive quoter with the lowest total evaluated price whose quote is technically acceptable.
  • Requirements: Quoters must provide technician and truck driver information (background, experience, licenses, certifications), itemized pricing for parts and labor, and be registered in SAM with a Unique Entity ID (UEI). Quotes must not include vendor's standard commercial terms.

Important Notes

Bidders should review the attached Statement of Work (SOW) for detailed requirements. Attachment 2 outlines FAR Class Deviations related to Executive Order 14173, impacting equal opportunity, sustainable acquisition, and greenhouse gas disclosures. Attachment 3 provides instructions for e-invoicing via DOT's Delphi web portal, which will be mandatory for the awarded contractor.

People

Points of Contact

Robert McDermottSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
JRRF 300KVA Distribution Transformer Inspect, Clean, Repair and Test | GovScope