Exterior Lighting Upgrade - Fort Devens, MA
ID: W15QKN-25-Q-A164Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the upgrade of exterior lighting at Building 3413, located at Fort Devens, Massachusetts. This project entails the demolition of existing lighting fixtures and the installation of 15 new LED light poles, which will be secured on contractor-supplied concrete bases and connected to a new underground electrical distribution system. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm-fixed-price contract, with a performance period of 180 days from the Notice to Proceed. Interested contractors must submit their proposals by June 17, 2025, and are encouraged to contact the primary point of contact, Mitchell E. Douglas, at mitchell.e.douglas.civ@army.mil for further information.

    Point(s) of Contact
    Jasmyne Peterson, Contracting Officer
    Jasmyne.C.Peterson.civ@army.mil
    Files
    Title
    Posted
    The document, designated as General Decision Number MA20250001, pertains to a wage determination for building construction projects in Massachusetts under the Davis-Bacon Act. It outlines the minimum wage rates and fringe benefits for various labor classifications within multiple counties, including Barnstable, Bristol, Dukes, Essex, Middlesex, Nantucket, Norfolk, and Suffolk. Key elements include wage rates based on Executive Orders 14026 and 13658, specifying minimum hourly wages for contractors based on contract date and renewal. The document details classifications such as electricians, plumbers, and laborers, with specified rates and fringe benefits tailored to specific geographic zones. It emphasizes the annual adjustments to minimum wage rates applicable to government contracts, while detailing the appeals process for wage determinations and the necessary procedures for adding unlisted job classifications. This comprehensive wage determination serves as a guideline for compliance with prevailing wage laws, ensuring fair compensation for construction workers engaged in government-funded projects, thus protecting labor rights and contractor responsibilities within the federal contracting framework.
    The BLDG 3413 Exterior Lighting Upgrade project includes a series of contractor inquiries and government responses detailing project requirements and regulations. Key points include the approval of pre-fabricated concrete bases, clarifications on roles for superintendents serving dual purposes (SSHO and QA/QC), prevailing wage consistency for the contract duration, and specific minority business participation requirements aimed at Service-Disabled Veteran-Owned Small Businesses. The government requires compliance with safety regulations during excavation work and has established guidelines for contractor responsibilities regarding rock removal and reuse of excavated materials. Moreover, the document specifies conditions for bid submissions, including timeline expectations, the necessity for contractor certifications, and details about the installation of lighting poles. The project emphasizes a firm fixed-price contract, ensuring wage consistency without the allowance for delays due to unforeseen rock conditions. These comprehensive guidelines reflect the government’s intent to maintain strict project oversight for safety, compliance, and successful execution of the lighting upgrade while also encouraging participation from veteran-owned enterprises.
    The document outlines a Request for Proposal (RFP) for the upgrade of the exterior lighting system at Building 3413 within the Devens Reserve Forces Training Area (RFTA). The project, overseen by the U.S. Army Garrison Devens Directorate of Public Works, involves demolishing the outdated lighting system and installing 15 new LED poles and fixtures on concrete bases provided by the contractor. This includes the construction of a new underground electrical distribution system to connect the lights to the building’s power supply. The contractor is required to ensure compliance with all relevant safety and regulatory standards, including obtaining necessary permits and conducting a safety plan prior to commencement. Environmental protections must also be adhered to, emphasizing the containment and proper disposal of hazardous materials, restoration of disturbed landscapes, and prevention of pollution during construction. Additionally, the contractor is tasked with detailed submittal procedures for various project components, which necessitate approval to guarantee quality and compliance with contractual requirements. This project reflects the military's commitment to enhancing facilities while adhering to governmental standards and environmental stewardship.
    The document outlines the Performance Work Statement for the B3413 Exterior Lighting Upgrades project at the Devens Reserve Forces Training Area in Massachusetts. The project entails removing the existing exterior lighting system at Building 3413 and installing fifteen new government-furnished light poles and LED lights, along with a contractor-provided underground electrical distribution system. The contractor is responsible for all aspects of the project, including demolition, installation, coordination with the Directorate of Public Works, and obtaining necessary permits. Key requirements include submitting detailed work plans, safety procedures, and post-construction as-built drawings for government validation. Environmental protection measures are mandated to preserve natural resources and comply with local regulations. The project emphasizes coordination to avoid disruptions, particularly concerning existing utilities, and mandates cleanup upon completion. This project aligns with federal procurement standards to enhance military facility operations while ensuring compliance with safety and environmental regulations.
    The document outlines the cost estimation structure required for proposals related to government contracts, particularly focused on labor, equipment, and material provisions. It emphasizes the quantification of labor in terms of manhours, detailing the specific labor crew skills, hours needed, unit costs per hour, and overall labor costs calculated from these variables. In addition to labor, the document specifies the need for equipment and material costs, alongside overhead, profit margins, and bonding expenses. The structure presents a clear method for totaling costs across various categories, ensuring that contractors can provide a comprehensive financial breakdown for government contracts. The inclusion of general contractor overhead and profit calculations suggests a requirement for transparency and a competitive pricing strategy in proposals. This document serves as a guideline for federal and state RFPs, enabling contractors to prepare competitive bids that appropriately account for all necessary expenses while complying with government regulations.
    The document outlines a federal solicitation for construction services to upgrade exterior lighting at Building 3413, located at Fort Devens, MA. This project requires the demolition of existing lighting fixtures and the installation of 15 new government-provided light poles and LED lights, which must be secured on contractor-supplied concrete bases and connected to a new underground electrical distribution system. The solicitation is set aside for certified service-disabled veteran-owned small businesses and involves a fixed price contract, with a performance period of 180 days post-award. Key submission requirements for contractors include performance and payment bonds, detailed project cost breakdowns, and a technical capability statement. Proposals must address how the work will meet the performance requirements while following relevant federal guidelines. The contract will be awarded based on the lowest competitive price deemed fair and reasonable among eligible offers, focusing on responsive and technically acceptable bids. Mandatory site visits and questions are to be coordinated through designated contacts within the Army Contracting Command, reinforcing the emphasis on compliance, safety, and proper project execution.
    The document serves as an amendment to solicitation W15QKN-25-Q-A164, extending the deadline for offer submissions from June 11, 2025, to June 17, 2025, by 2:00 PM EST. It includes responses to questions raised by industry participants during the solicitation phase, detailed in Attachment 0004. The amendment mandates that all offers must acknowledge receipt of this change prior to the specified deadline to avoid rejection. It also outlines the procedures for modifying existing offers, stipulating that any changes made must reference the solicitation and amendment numbers and be submitted through designated channels. The amendment reiterates that all other terms and conditions of the original solicitation remain unchanged. Key documents related to the project, including a statement of work, wage determination, and responses to questions, have been updated in the attachments section. This amendment aims to ensure clarity and compliance among contractors responding to the federal solicitation for an exterior lighting project. Overall, it reflects the procedural updates necessary to facilitate accurate and timely responses from potential contractors.
    Lifecycle
    Similar Opportunities
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The successful contractor will be required to adhere to a Project Labor Agreement and manage the project in phases to ensure ongoing mission operations at the airfield. Proposals are due by January 14, 2026, with an estimated contract value between $25 million and $100 million. Interested parties should direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    FIXTURE,LED LIGHT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of LED light fixtures. This contract aims to fulfill specific requirements related to item unique identification, inspection, and acceptance of supplies, ensuring compliance with various technical and quality standards. The LED light fixtures are critical for enhancing operational efficiency and safety in military applications. Interested vendors should note that this opportunity is set aside for small businesses, and they can reach out to Danielle Dellisola at 771-229-0057 or via email at DANIELLE.DELLISOLA@NAVY.MIL for further details. The solicitation includes specific documentation and compliance requirements, with pricing valid for 60 days post-quotation submission.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    62--LED SNGL FIXTURE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of LED single fixtures. The contract requires the manufacture and design of LED fixtures that meet specific technical requirements, including compliance with certain quality assurance standards and packaging specifications. These fixtures are crucial for indoor and outdoor lighting applications within military facilities, ensuring operational readiness and safety. Interested vendors should direct inquiries to Rebecca Aglow at REBECCA.AGLOW@NAVY.MIL or by phone at 771-229-0088, with proposals expected to remain valid for 60 days post-submission.
    62--FIXTURE,LIGHTING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of lighting fixtures, specifically NSN 6210016528956, under a Combined Synopsis/Solicitation notice. The requirement includes a quantity of 40 units to be delivered within 106 days after order placement, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These lighting fixtures are crucial for various applications within military operations, and the selected vendor will be responsible for shipping to multiple CONUS and OCONUS DLA depots. Interested parties must submit their quotes electronically, and any inquiries should be directed to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Ericson Model 1000LED-25FS (Quantity 50)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking quotes for the procurement of fifty Ericson Model 1000LED-25FS Wide Area task lights, intended for installation on ship access brows at the Naval Submarine Support Facility in Groton, Connecticut. This procurement is a total small business set-aside under NAICS code 335132, with a size standard of 600 employees, emphasizing the importance of supporting small enterprises in government contracting. The selected contractor must ensure delivery by March 20, 2026, and comply with specific access requirements for personnel entering the facility. Interested parties must submit their quotes electronically by 4:00 PM EST on January 5, 2026, to the designated contacts, Kyle Berg and Stephanie Neale, at the provided email addresses.
    62--FIXTURE,LIGHTING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of lighting fixtures, specifically NSN 6210014383983, under a Combined Synopsis/Solicitation notice. The requirement includes a total of 28 units to be delivered within 117 days after order placement, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These lighting fixtures are essential for various applications within military operations, and the contract is set aside for small businesses, ensuring that all responsible sources can submit their quotes electronically. Interested parties should direct inquiries to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    J059--Chapel Video Feed Upgrades Bedford VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for the Chapel Video Feed Upgrades at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE camera and the integration of its audio/video feed into the facility's existing digital cable broadcast system, requiring the installation of fiber optic cable and network equipment between the chapel and the server room. This upgrade is crucial for enhancing the chapel's broadcast capabilities, ensuring high-quality video feeds for services. Interested contractors must submit their proposals by December 18, 2025, at 12 PM Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
    62--FIXTURE,LIGHTING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of lighting fixtures, specifically NSN 6210017326506, with a total quantity of 50 units required for delivery. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small enterprises in the commercial, industrial, and institutional electric lighting fixture manufacturing sector. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be received in a timely manner. Interested parties can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and the deadline for quote submission is 167 days after the award date.
    FCI Beckley High Mast Light
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at FCI Beckley, West Virginia, is seeking bids for the procurement of 162 LED high mast light fixtures to replace existing high-pressure sodium lights. The fixtures must provide 101,250 lumens each and meet specific technical requirements, including an input power of 750W and a color temperature of 5700K, as outlined in the attached statement of work. This upgrade is crucial for enhancing the lighting system at the medium-security prison, which houses approximately 1,600 inmates. Interested vendors must submit their quotes by 12:00 pm EST on December 17, 2025, with the anticipated award date set for December 19, 2025. For inquiries and submissions, contact Chad Runyon at crunyon@bop.gov.