SOURCES SOUGHT NOTICE - IDIQ Contract for Wood Crossarms and Braces
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 Western Area Power Administration (WAPA) is conducting market research through a Sources Sought notice to identify qualified businesses capable of providing wood crossarms and braces. The Government anticipates establishing a Firm-Fixed-Price IDIQ contract for these materials. Responses are due by May 18, 2026, at 3:00 PM MST.
Purpose
This market research aims to determine the availability of qualified small business concerns and to inform the appropriate acquisition strategy, including the potential for a small business set-aside. This notice is for informational and planning purposes only and does not constitute a solicitation.
Scope of Work
The opportunity involves supplying wood crossarms and braces in accordance with detailed specifications and drawings. Deliveries will be made to various WAPA facilities across the Upper Great Plains, Desert Southwest, and Rocky Mountain Regions. Specific delivery locations and quantities will be determined at the order level under the anticipated IDIQ contract.
Key Specifications & Requirements
- Materials: Primarily Pacific Coast Douglas Fir for both glued laminated and solid-sawn crossarms and braces. Materials must be new and free from defects.
- Technical Standards: Adherence to industry standards such as ANSI, AITC, and AWPA. Detailed specifications cover dimensions, drilling, knot limitations, and assembly for various transmission line suspension structures (e.g., 115kV, 138kV, 161kV, 230kV).
- Wood Treatment: Requirements for incising and treatment with preservatives (Pentachlorophenol and copper naphthenate), including minimum retention levels and penetration depths.
- Hardware: Galvanization requirements (ASTM A153) for ferrous metal parts and steel specifications (Federal Specifications FF-B-571, Class C) for bolts, nuts, and locknuts.
- Delivery Sites: Extensive list of WAPA maintenance offices and substations across South Dakota, Montana, North Dakota, Arizona, California, Nebraska, Wyoming, Colorado, and New Mexico.
- Inspection: All work is subject to inspection before and after treatment, with the government reserving the right to take samples.
- Storage & Transport: Requirements for bundling, banding, and protecting materials during storage and transport.
Response Requirements
Interested firms are requested to provide:
- Company name, UEI, and CAGE code.
- Business size and socioeconomic status under NAICS 321215.
- Brief description of capability and experience providing similar wood products.
- Manufacturer, distributor, or reseller status.
- Relevant past performance or recent similar contracts.
- Confirmation of ability to meet attached specifications, drawings, and delivery requirements.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed-Price IDIQ
- Set-Aside: None specified (potential small business set-aside under consideration)
- Response Due: May 18, 2026, at 3:00 PM MST
- Submission: Electronically to tthomas@wapa.gov
- Published: May 6, 2026
Additional Notes
The Government is not responsible for any costs incurred in responding to this notice.