Stafford Building Major Electrical Upgrade - Construction

SOL #: 6973GH-26-R-00009Solicitation

Overview

Buyer

Transportation
Federal Aviation Administration
6973GH FRANCHISE ACQUISITION SVCS
OKLAHOMA CITY, OK, 73125, United States

Place of Performance

Oklahoma City, OK

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 27, 2025
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Dec 16, 2025, 9:00 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 Federal Aviation Administration (FAA) is soliciting proposals for a Major Electrical Upgrade at the Thomas P. Stafford Building within the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. This is a Full and Open Competition for construction services, with an estimated value between $1,000,000 and $5,000,000. The project involves replacing switchgear and related electrical components. Proposals are due December 16, 2025, at 3:00 PM CT.

Scope of Work

The project, designated "TSP-027 Replace Switchgear MCC," requires upgrading existing electrical main service equipment, Motor Control Centers, and secondary switchboards. The Base Bid includes:

  • Providing and installing temporary power substations (must be located outside the building, no wall/door penetrations).
  • Replacing the building's 4000A main-tie-main switchgear.
  • Re-connecting feeder branch circuits and installing busduct tap boxes.
  • Replacing existing motor starters at the 800A Motor Control Center.
  • Replacing 1600A and 400A switchboards.
  • Re-using existing feeder branch circuit conductors. Additionally, there are Ten (10) Bid Options for installing new feeder branch circuit conductors. No building modifications are permitted for equipment removal; existing equipment must be dismantled.

Contract Details

  • Type: Firm-Fixed-Price Contract
  • Estimated Value: $1,000,000 - $5,000,000
  • Set-Aside: Full and Open Competition
  • Period of Performance: 730 calendar days from the Notice to Proceed.
  • Place of Performance: Oklahoma City, OK

Key Requirements & Conditions

  • Mandatory Site Visit: A mandatory site visit occurred on November 6, 2025. Proposals from offerors who did not attend will NOT be considered.
  • Past Performance: Offerors must submit three (3) Past Performance Experience Information (PPEI) forms and three (3) Past Performance Surveys (PPS) or CPARS reports. At least one project for each must be valued at or over $2,000,000 and completed/underway within the last 5 years. PPS must be submitted directly by the client.
  • Bonds: Standard Forms 24 (Bid Bond), 25 (Performance Bond), and 25A (Payment Bond) are required.
  • Safety & Environmental: Strict adherence to MMAC's Chapter 33 Construction Safety, Operational Control Documents (AMP400-ENV-OC, AMP400-OSH-OC), and Construction Waste Management and Disposal requirements (55% waste diversion target) is mandatory.
  • Working Hours: Work involving power outages must be performed during weekends or long weekends (Friday midnight to Sunday 6 PM). Other work during normal business hours after temporary power. Maximum noise in occupied rooms not to exceed 55dB.
  • Studies & Labeling: Contractor is responsible for new arc flash, short-circuit, coordination studies, and updated labeling (NFPA 70E, IEEE 1584, NETA ATS).
  • Commissioning: Manufacturer startup is sufficient; third-party/NETA commissioning is not required. Pre-functional and witness testing will be required.
  • Key Personnel: Superintendent, Site Safety and Health Officer (SSHO), and Quality Control (QC) Manager must be three separate individuals.
  • Tax Exemption: The project is NOT tax exempt.

Evaluation

Award will be based on Lowest Price Technically Acceptable (LPTA).

Important Dates

  • Proposal Due Date: December 16, 2025, at 3:00 PM CT.
  • Questions Due Date: November 14, 2025, 3:00 PM CT (passed).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3Viewing
Solicitation
Posted: Dec 4, 2025
Version 2
Solicitation
Posted: Nov 21, 2025
View
Version 1
Solicitation
Posted: Oct 27, 2025
View