RFI - MSHA - B1 F3-MCC Motor Control Electrical Buckets
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 Labor (DOL), on behalf of the Mine Safety and Health Administration (MSHA), has issued a Request for Information (RFI) to gather industry feedback for the replacement of Motor Control Center (MCC) 2 & 3 in MSHA's Approval & Certification Center's B-1 F-3 Mechanical Suite in Triadelphia, WV. This RFI aims to inform a future requirement for state-of-the-art Digital Buckets. Responses are due by May 19, 2026, at 2:00 PM EST.
Purpose & Scope
MSHA's Approval & Certification Center requires services to replace MCC 2 & 3 to maintain physical facilities where various mining products and materials are tested and certified per 30 CFR. This work is vital for the safety and health of miners. The objective is to replace the existing MCCs with state-of-the-art Digital Buckets, specifically Eaton gear or equivalent. The contractor will be responsible for furnishing and installing all necessary equipment, personnel, tools, materials, supervision, and non-personal services. Electrical schematics of the existing MCCs will be provided.
Contract & Timeline
- Opportunity Type: Request for Information (RFI) / Sources Sought. This is not a solicitation.
- Anticipated Contract Type: Firm-Fixed Price (as per SOW).
- Place of Performance: MSHA’s Approval & Certification Center, 765 Technology Drive, Triadelphia, WV 26059.
- Period of Performance: To be completed within 30 days of the start of work, specifically during 7:00 a.m. - 6:00 p.m. on a 3-day Saturday through Monday holiday weekend due to power shutdown.
- Response Due: May 19, 2026, 2:00 PM EST.
- Published Date: May 12, 2026.
Industry Feedback Requested
Respondents are asked to provide input on:
- Technical comments on requirements.
- Relevant company experience.
- Recommendations on contract structure.
- Potential risks and mitigation strategies.
- Key cost drivers and estimated performance schedule.
- Suggestions for alternative NAICS codes (current is 238210).
- Details on potential joint ventures, teaming arrangements, or strategic alliances.
- Information on anticipated subcontracting efforts.
- Identification of tasks subject to the Service Contract Labor Standards.
- Innovative and cost-saving recommendations.
- Rough Order of Magnitude (ROM) for each project.
- Identification of any actions restricting competition.
Eligibility / Set-Aside
Bidders are requested to indicate their business classification (Small Business or Other Than Small Business) and relevant socio-economic categories (HUBZone, SDVOSB, WOSB, 8(a)). No specific set-aside is designated for this RFI.
Contact Information
- Primary: Alicia M. Jackson (Jackson.Alicia.M@dol.gov, 202-693-6857)
- Secondary: Michael V. Whiddon (whiddon.michael.v@dol.gov, 404-302-5817)
- Submission Email: jackson.alicia.m@dol.gov and whiddon.michael.v@dol.gov