Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2025 SAM #8707
SOURCES SOUGHT

59 -- WAPA-Wide Disconnect Switches

Notice Date
9/26/2025 12:39:27 PM
 
Notice Type
Sources Sought
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
WESTERN-DESERT SOUTHWEST REGION PHOENIX AZ 85009 USA
 
ZIP Code
85009
 
Solicitation Number
DisconnectSwitches
 
Response Due
10/10/2025 3:00:00 PM
 
Archive Date
10/25/2025
 
Point of Contact
Villareal, Jermaine R., Phone: 7209627109
 
E-Mail Address
villareal@wapa.gov
(villareal@wapa.gov)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE (RFQ) OR PROPOSAL (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. The Department of Energy (DOE) / Western Area Power Administration (WAPA) is issuing this RFI for 15-kV through 245-kV Moderate and High Seismic Disconnect Switches. Please see draft Attachment A � Schedule of Supplies and Attachment B � Technical Specifications for more information. The purpose of this RFI is to conduct market research and obtain information concerning the ability of manufacturers to provide 15-kV through 245-kV disconnect switches, grounding air switch, disconnect/grounding switch combination, meeting the IEEE 693 moderate and high seismic qualification level and the specifications provided in Attachments A and B. The NAICS code for this requirement is 335313 (Switchgear and Switchboard Apparatus Manufacturing). The nonmanufacturer rule is not waived for this requirement. In accordance with FAR 19.102, to be considered qualified, firm shall be a small business as defined by the SBA size standards assigned to the NAICS code 335313 and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see FAR 19.505(c)(1) and 13 CFR 121.406). Interested sources shall submit a capability statement demonstrating their ability to meet the stated requirements. All responses shall reference �WAPA-Wide Disconnect Switches.� No specific format is requested for submission, however sufficient detail shall be provided to demonstrate the capability to provide to the Government all of the items listed, to include: 1. Capability Statement/Technical Information 2. Non-Technical Information: a. Firm - Company Name, Mailing address, UEI/CAGE, Website, Point of Contact, POC Contact Information b. Business Size - Under NAICS Code 335313, Switchgear and Switchboard Apparatus Manufacturing, to include any designations as small business, woman owned small business, HubZone, etc. c. Contract Vehicles - Any available contract vehicles that are available to the Government for the procurement of disconnect switches, such as GSA/FSS, NASA SEWP, DLA. d. Identify whether the company is a manufacturer, distributor, qualified �nonmanufacturer,� etc. 3. Provide answers to the following questions: a. Any questions, clarifications, or recommendations in the draft Schedule and Specifications? Please cite relevant documents and provide specific examples. b. Are there any reasons that a vendor could not provide all the requested items in the draft Schedule and Specifications? c. Are there any industry barriers to having a 5-year ordering period agreement or contract? Due Date: Responses are due not later than 4:00 PM MT on 10 October 2025 (Friday). Send responses via email to Contract Specialist, Jermaine Villareal at villareal@wapa.gov. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Any questions should be directed to the Contract Specialist. The Government does not intend to pay for information received in response to the RFI nor to award a contract on the basis of this RFI. A determination not to compete this action based on responses received is solely within the discretion of the Government. Respondents will not be notified of the results of the RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/626d295789ad40d199b03af10c4f2359/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07606401-F 20250928/250926230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.