Skip to content
City Of Watertown

FURNISH AND INSTALLATION OF LEVEL 3 EV CHARGING STATIONS

Solicitation: Not available
Notice ID: ma_commbuys_154897dfdd33df951672
NAICS 26, 12, 00DepartmentCity Of WatertownAgencyWTRT1 - PurchasingStateMAPostedDueMay 05, 2026, 11:00 AM UTCCloses in 18 days

Federal opportunity from WTRT1 - Purchasing • CITY OF WATERTOWN. Place of performance: MA. Response deadline: May 05, 2026. Industry: NAICS 26, 12, 00.

Federal Bid Partners service match

Support routes that fit this solicitation

Need help writing this bid?
Route this notice into Federal Bid Partners proposal lanes and align it with the right plan, compliance support, and submission workflow.
Open proposal plans

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$2,275,750,127
Sector total $2,275,750,127 • Share 100.0%
Live
Median
$146,315
P10–P90
$27,574$1,433,570
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($2,275,750,127)
Deal sizing
$146,315 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

Map for MA
Live POP
Place of performance
Julie Knight 149 Main Street 149 Main Street Watertown Ma. 02472 Watertown, MA 02472 US Email: jknight@Watertown-MA.GOV Phone: (617) 972-6414 FAX: (617) 972-6403
State: MA
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MA20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Massachusetts • Barnstable, Bristol, Dukes +5
Rate
Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems (ZONE A)
Base $55.45Fringe $36.63
Rate
ZONE B)
Base $55.45Fringe $36.63
+97 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 97 more rate previews.
Davis-BaconBest fitstate match
MA20260001 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable, Bristol, Dukes +5
Rate
Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems (ZONE A)
Base $55.45Fringe $36.63
Rate
ZONE B)
Base $55.45Fringe $36.63
Rate
ATERIAL HANDLER (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems whether they contain asbestos or not)
Base $55.45Fringe $36.63
+96 more occupation rates in this WD
Davis-Baconstate match
MA20260020 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Hampshire
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $42.88Fringe $31.04
+21 more occupation rates in this WD
Davis-Baconstate match
MA20260013 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Worcester
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe, & Mechanical System Insulation)
Base $49.10Fringe $36.63
Rate
TILE FINISHER
Base $49.32Fringe $35.26
Rate
TILE SETTER
Base $64.52Fringe $37.51
+14 more occupation rates in this WD
Davis-Baconstate match
MA20260007 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Franklin
Rate
CARPENTER
Base $43.33Fringe $27.82
Rate
Power equipment operators: (1) Backhoe/Excavator/Trackhoe
Base $42.88Fringe $31.04
Rate
A (1) Loader
Base $42.88Fringe $31.04
+8 more occupation rates in this WD

Point of Contact

Not available

Agency & Office

Department
CITY OF WATERTOWN
Agency
WTRT1 - Purchasing
Subagency
WTRT1 - Purchasing
Office
Julie Knight
Contracting Office Address
Not available

Description

In accordance with M.G.L. the City of Watertown is soliciting bids from qualified vendors to procure, install and commission Three (3) Dual Heal Level 3 Direct Current Fast Charging (DCFC) Stations.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Apr 17, 2026
Client-ready brief
Executive summary
medium confidencegpt 5.2

The City of Watertown (WTRT1 - Purchasing) is soliciting bids to procure, install, and commission three (3) dual-head Level 3 Direct Current Fast Charging (DCFC) stations. The notice cites procurement under M.G.L., indicating a public, compliance-driven bid. The response deadline is 2026-05-05T11:00:00+00:00. This is best suited to EV charging turnkey contractors and DCFC OEMs/authorized installers that can deliver equipment plus installation and commissioning as a single accountable scope.

WatertownCity of WatertownWTRT1 - PurchasingM.G.L.Level 3DCFCDirect Current Fast Chargingdual-head
What the buyer is trying to do

Buy a turnkey deployment of Level 3 DC fast charging by acquiring the chargers and having them installed and commissioned, specifically three dual-head DCFC stations, under Massachusetts public procurement rules (M.G.L.).

Who should pursue this
  • Turnkey EV charging infrastructure prime contractors that can procure DCFC hardware and self-perform or manage installation and commissioning.
  • DCFC manufacturers or authorized resellers/installers with field commissioning capability and local electrical contracting partners.
  • Electrical contractors with proven DCFC installation experience that can team with a DCFC equipment provider to offer a single bid for furnish + install + commission.
Work breakdown
  • Provide three (3) dual-head Level 3 DC Fast Charging (DCFC) stations (equipment procurement).
  • Perform site installation for the DCFC stations (construction/electrical/civil as required).
  • Commission the installed DCFC stations (testing/turn-up).
Response package checklist
  • Completed bid response addressing furnish, install, and commission of three dual-head Level 3 DCFC stations.
  • Technical cut sheets/specifications for the proposed DCFC stations (showing dual-head and Level 3 DCFC).
  • Project approach/work plan for installation and commissioning (including sequence and commissioning deliverables).
  • Qualifications demonstrating prior DCFC (Level 3) projects and commissioning experience.
  • Confirmation of ability to meet the bid due date/time: 2026-05-05T11:00:00+00:00.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
Compliance notes
  • Procurement is conducted under M.G.L.; ensure your submission, certifications, and bid forms comply with Massachusetts public bidding requirements as applicable to the City of Watertown.
  • Submit by the stated deadline (2026-05-05T11:00:00+00:00); late bids are typically non-responsive in municipal procurements.
Pricing strategy
  • Structure pricing to clearly separate equipment (three dual-head DCFC stations) from installation and commissioning, while still offering a turnkey total price to match the ‘procure, install and commission’ intent.
  • Call out any unit pricing (per station) plus any site-dependent allowances if the bid documents allow it; otherwise, ensure you have enough site detail before committing to a firm fixed price.
Teaming and subs
  • If you are an equipment provider, team with an experienced electrical contractor for installation and a commissioning technician resource.
  • If you are an electrical contractor, team with a DCFC OEM/reseller that can supply dual-head Level 3 DCFC units and support commissioning.
  • Consider including a commissioning specialist as a named subcontractor if commissioning is not in-house.
Risks and watchouts
  • The notice provides limited site information (no place of performance details); inadequate site data can create major cost/schedule risk for DCFC installation.
  • Technical requirements beyond ‘Dual Head Level 3 DCFC’ are not stated (power levels, utility constraints, networking/payment requirements, etc.), increasing risk of mismatch with buyer expectations.
  • Permitting/utility coordination needs are not described; these are common schedule drivers for DCFC deployments and should be clarified from the bid documents.
Smart questions to ask
  • Where in Watertown will the three dual-head Level 3 DCFC stations be installed (exact locations/sites), and what site conditions are known?
  • What are the required electrical service characteristics and available capacity at each site (service voltage, transformer capacity, panel location/distance)?
  • What minimum charger output (kW) is required for the Level 3 DCFC stations?
  • Are there required network, payment, or interoperability standards for the stations (if any), and what commissioning/acceptance tests will the City require?
  • Does the City expect the vendor to handle permitting and utility coordination as part of ‘install and commission’?
  • Are there any specified makes/models (the text references ‘Dual Heal’—please confirm intended equipment/requirements)?
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Solicitation/IFB documents, bid forms, and detailed technical requirements (charger kW, networking/payment, standards).
  • Exact installation locations and site conditions (place of performance).
  • Utility/service capacity information and whether utility coordination is vendor scope.
  • Permitting requirements and which party is responsible.
  • Evaluation/award basis and required vendor qualifications/mandatory site visit details (if any).
  • Warranty, service/maintenance expectations, and acceptance/commissioning criteria.
  • Solicitation number and notice type.
  • Posted date and any Q&A/clarification schedule.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.