WFTCA Project - Low Voltage Transformer
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 National Aeronautics and Space Administration (NASA), through its Shared Services Center, is soliciting quotes for a Low Voltage Transformer for the WFTCA Project at Stennis Space Center, MS. This is a Total Small Business Set-Aside procurement. Quotes are due by April 2, 2026, at 7 a.m. CT.
Opportunity Details
This Request for Quotation (RFQ) seeks a "Brand Name or Equal To" liquid-filled secondary unit substation transformer. The procurement is managed by NASA's Shared Services Center, with the product service code Y1NZ (Construction Of Other Utilities).
Scope of Work
The requirement is for one (1) liquid-filled secondary unit substation transformer with specific technical specifications:
- Type: Liquid-Filled Secondary Unit Substation
- Rating: 2,000 kVA
- Voltages: Primary 13,800 V Delta (with +2/-2 taps at 2.5% increments), Secondary 480Y/277 V
- Insulating Fluid: Less-flammable, biodegradable natural ester fluid (FR3) with non-detectable PCB content (<1 ppm).
- Tank: 304L Stainless Steel, pad mounted, with dry nitrogen blanket.
- Windings: Copper, meeting IEEE C57.12.00 and NEMA standards.
- Construction: Suitable for outdoor installation, adhering to IEEE, NEMA, UL, DOE, and ASTM standards.
- Monitoring: Includes dial-type gauges for temperature, liquid level, pressure/vacuum, winding temperature indicator, and sudden pressure relay.
- Other: Must be supplied on a full deck pallet, grounding/bonding to UL 467, includes testing and commissioning plan, fans controlled by liquid temperature, meets DOE 2016 Efficiency Requirements, and has a maximum sound level of 61 dB.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (RFQ), implying a potential fixed-price contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Delivery: FOB Destination, to High Pressure Gas Facility (HPGF), 3305 Saturn Drive, Stennis Space Center MS 39529.
- Delivery Timeline: 52-110 weeks from order.
- Quote Due Date: April 2, 2026, at 7 a.m. CT.
- Questions Due Date: April 1, 2026, at 7 a.m. CT.
- Published Date: March 26, 2026.
Submission Requirements & Evaluation
- Submission: Quotes must be emailed to Shanna Patterson (shanna.l.patterson@nasa.gov). The email subject line must reference tracking number 80NSSC26926566Q.
- Required in Bid: CAGE/UEI Code, FOB Destination, Leadtime for Delivery, and POC Name & Email. A Certificate of Conformance is required. Quotes must list two points of contact and remain valid for 30 days.
- Payment: The government does not pay by credit card.
- Questions: Must be submitted in writing via email to Shanna Patterson; telephone questions will not be accepted.
- Evaluation: Award will be made to the responsible Offeror whose offer is the Lowest Price Technically Acceptable (LPTA). Offers not technically acceptable will be removed from consideration.
- Eligibility: Offerors must be registered at www.sam.gov and complete provisions regarding Telecommunications and Video Surveillance Services or Equipment (FAR 52.204-24 and 52.204-26).