Lightning Protection Systems Repair Building 2024 PSFB CO
ID: 21CONSLPSSmithType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Other Building Equipment Contractors (23829)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days and a necessity for coordination with project managers. This procurement emphasizes the importance of specialized repairs in maintaining military infrastructure and is set aside for small businesses, with a submission deadline for proposals on April 15, 2025, at 12:00 PM MT. Interested parties can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details.

Files
Title
Posted
Apr 2, 2025, 7:04 PM UTC
The statement of work (SOW) outlines the requirements for repairing the lightning protection system in Building 2024 at Peterson Space Force Base in Colorado. The contractor is tasked with replacing wind-damaged air terminal masts and connecting them to the existing system in compliance with specific national and military codes. Work must occur within a 30-day timeframe, with coordination required with designated project managers. Contractors must hold at least five years of relevant experience and possess a Lightning Protection Institute certification. They are responsible for managing any hazardous materials in accordance with all applicable regulations and must conduct thorough testing and provide certification upon project completion. Utility outages necessary for the repair must be formally requested in advance. Access to the worksite requires proper authorization, and contractors must submit visitor requests ahead of time. Deliverables include a warranty notification, continuity and ground resistance records, and calibration certificates for used equipment. This project emphasizes compliance, safety, and thorough documentation, reflecting standard practices in federal RFP processes and ensuring quality maintenance of military infrastructure.
Apr 2, 2025, 7:04 PM UTC
The federal government is soliciting proposals for innovative solutions through a Request for Proposals (RFP) aimed at enhancing public service delivery. This RFP emphasizes the importance of leveraging technology and data analytics to improve efficiency in government operations. Key focus areas include streamlining processes, optimizing resource allocation, and enhancing citizen engagement through user-friendly digital platforms. Selected proposals will receive funding through federal grants aimed at supporting the implementation of these solutions at local and state levels, fostering collaboration among governmental entities. Additionally, the document outlines eligibility criteria, submission guidelines, and evaluation metrics for assessing proposals, ensuring transparency and accountability in the selection process. The initiative reflects the government's commitment to modernization and responsiveness to public needs, encouraging innovative approaches to solve pressing challenges in public administration.
Apr 2, 2025, 7:04 PM UTC
The document outlines the roof plan for Building #2024 at Peterson Air Force Base, specifically being prepared by the 21st Civil Engineer Squadron under the Air Force Space Command. The project information indicates that this is part of a broader initiative associated with the 21st Space Wing, with the specific project tagged as TDKA XX-XXXX. The roof plan is designated to include all necessary specifications and revisions, although the detailed content is not fully provided in the excerpt. The primary purpose of this document relates to construction and engineering management, providing vital information needed for procurement, bidding, and implementation related to federal contracting and compliance with relevant safety standards. This plan highlights the meticulous attention needed in government RFPs and contracts, especially in military settings where rigorous standards and accountability are essential.
Apr 2, 2025, 7:04 PM UTC
The document outlines contract requirements and clauses related to federal acquisition, specifically focusing on the management of payment requests and invoicing under the Wide Area Workflow (WAWF) system for federal projects. Key components emphasize the necessity for contractors to utilize electronic submission methods for payment requests (DFARS 252.232-7006), including proper documentation and routing according to specific codes. Additionally, the document lists various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that govern contractor compliance regarding issues like compensation transparency, safeguarding defense information, and the prohibition of telecommunications from certain entities. It highlights the importance of adherence to protocols surrounding small business authorizations and relevant certifications during procurement processes. The summary also includes an overview of the roles and communication channels with program ombudsmen for dispute resolution. Ultimately, this document serves as a comprehensive guideline for contractors involved in bidding and performing tasks under federal grants, ensuring compliance concerning payment requests, contract administration, and federal procurement policies.
Apr 2, 2025, 7:04 PM UTC
The U.S. Space Force is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base, Colorado. This request is classified as a Small Business Set Aside, with a NAICS code of 238290, indicating eligibility for small businesses with a size standard of $22 million. Quotes are requested under solicitation FA251725Q0032, with the submission deadline set for April 15, 2025, at 12:00 PM MT. Proposals must include both a price quote and technical documentation, demonstrating the contractor's capabilities and experience, particularly in testing and installing lightning protection systems, with at least five years of relevant experience and Lightning Protection Institute (LPI) certification required. Evaluation will focus on technical acceptability and pricing, considering the lowest evaluated price as the primary criterion for the award. This process involves assessing quotes for compliance with technical requirements as stated in the Statement of Work. The project underscores the government's reliance on small businesses for specialized repairs while adhering to federal regulations in contract solicitation. A firm fixed-price contract will result from this solicitation, promoting transparency and fiscal accountability in government spending.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
Sources Sought Announcement - Construction of Power Independence Mission Control Station, Buckley Space Force Base, Colorado - Telecommunications System
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a Sources Sought announcement to identify potential sources for the construction of a Telecommunications System as part of the Power Independence Mission Control Station (MCS) at Buckley Space Force Base in Colorado. The project aims to install a telecommunications system that meets specific operational requirements, utilizing standardized equipment from Cisco Systems and American Power Conversion Corp (APC), with an estimated construction cost ranging from $25 million to $100 million. This initiative is critical for supporting various facilities under the Space Force Program, ensuring robust communication capabilities essential for mission operations. Interested vendors must submit their capabilities statements to Contract Specialist Brandon Landis at brandon.p.landis@usace.army.mil by 2:00 p.m. CDT on April 9, 2025, to be considered for this opportunity.
USSPACECOM Building 1 Artwork
Buyer not available
The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential providers for artwork and branding services for Building 1 at USSPACECOM in Colorado Springs, Colorado. The project involves the design, procurement, and installation of artwork that reflects USSPACECOM's missions and heritage, with specific requirements for various wall configurations and mediums, primarily utilizing acrylic prints featuring themes related to space and military operations. Interested vendors are invited to respond to the Sources Sought announcement by April 9, 2025, providing details about their capabilities and relevant socio-economic certifications. For further inquiries, vendors can contact Cayce Moses at cayce.moses@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil.
SXHT 12-1092 Repair Emergency Power SFS B1319
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319" at Patrick Space Force Base in Florida. This project aims to enhance the electrical load capacity at Facility 1319 by installing new electrical components, including an 800A automatic transfer switch, while ensuring minimal disruption to ongoing operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a magnitude between $500,000 and $1 million, and the performance period is scheduled for 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 18, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
CMSFS Lighting Inverters
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to repair and maintain lighting inverters at Cheyenne Mountain Space Force Station (CMSFS) in Colorado. The project involves troubleshooting and repairing two non-functioning harsh environment uninterruptible power supply (HEUPS) lighting inverters, replacing batteries in all seven inverters, and reprogramming them for both normal and emergency operational modes. This work is critical for ensuring reliable power supply systems in a sensitive military environment, emphasizing compliance with safety and regulatory standards. Interested parties must submit their quotes by April 18, 2025, and are encouraged to attend a site visit on April 4, 2025. For further inquiries, contractors can contact Theresa Green at theresa.green.7@spaceforce.mil or by phone at 719-556-1256.
Relay Ground Station – South (RGS-S) Antenna
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking small businesses to participate in the construction of the Relay Ground Station – South (RGS-S) at Schriever Space Force Base in Colorado. This project involves the development of critical infrastructure, including concrete pads, antenna foundations, equipment shelters, and power systems, which are essential for the operation of legacy and next-generation Overhead Persistent Infrared (OPIR) satellites. The RGS-S will enhance ground terminal capacity for satellite operations under the Space-Based Infrared System (SBIRS) and Next Gen programs, with an anticipated project cost between $10 million and $15 million. Interested contractors must submit their capabilities statements by April 30, 2025, and a solicitation is expected to be issued in June/July 2025. For further inquiries, contact Brian Reynolds at brian.reynolds@usace.army.mil or Monica A. McKensey at monica.a.mckensey@usace.army.mil.
Beam Steering Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to modify, install, integrate, and test new Beam Steering Unit (BSU) cabinets at three radar sites to address obsolescence issues and enhance the reliability, maintainability, and availability of microelectronics. This procurement is critical for updating and testing previously installed BSU cabinets at the Peterson Space Force Base in Colorado, ensuring all site configurations are operational. Interested contractors are encouraged to respond to the Request for Information (RFI) outlined in document FA8723-25-R-0008, which seeks details on facility capabilities, past project experiences, and market pricing. For further inquiries, potential bidders can contact Tracy Anderson at tracy.anderson.4@spaceforce.mil or Scott Donnellon at scott.donnellon.1.ctr@spaceforce.mil.
Sources Sought Announcement - Construction of Power Independence Mission Control Station Buckley Space Force Base, Colorado - Fire Alarm Panel
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a sources sought announcement for the construction of a Power Independence Mission Control Station (MCS) at Buckley Space Force Base in Colorado. This procurement aims to identify potential sources for providing and installing a Radio Frequency Transceiver and Fire Alarm System, with a construction contract value anticipated between $25 million and $100 million. The project is critical for enhancing fire safety and communication systems at military installations, aligning with federal objectives for standardization and operational efficiency. Interested vendors should submit their capabilities statements to Brandon Landis at brandon.p.landis@usace.army.mil by 2:00 p.m. CDT on April 9, 2025, to be considered for this opportunity.
FMS Low Frequency Antenna Installation and Improvements IAW the PWS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and improvement of the H-915A low frequency antenna (LFA) at Vandenberg Space Force Base in California. The project aims to enhance the existing LFA installation by re-installing the antenna, replacing coaxial cables, and relocating the antenna coupler to improve functionality, with a completion timeline of 21 days post-order receipt. This procurement is critical for supporting the Frequency Management System (FMS) team in monitoring radio frequencies essential for government and commercial launch operations. Interested small businesses must attend a mandatory site visit on April 2, 2025, and submit their proposals electronically by April 9, 2025, with further inquiries directed to Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.
KSCC 18-1575 Replace Tower 110
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to replace Tower 110 at Kennedy Space Center, Florida. The project entails the demolition of the existing 210-foot weather tower and the construction of a new self-supporting tower, including the design of a foundation, a lightning protection system, and FAA beacon lights. This initiative is crucial for supporting the 45 Weather Squadron's instrumentation and ensuring operational integrity at Cape Canaveral Space Force Station. The estimated contract value ranges from $1,000,000 to $5,000,000, with bids due by May 1, 2025, and a performance period of 265 calendar days following the issuance of the Notice to Proceed. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), should direct inquiries to Contracting Officer Abigail Lynagh at abigail.lynagh@spaceforce.mil or by phone at (321) 494-1913.