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 10, 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 for completion. This procurement emphasizes the importance of maintaining safety standards in military infrastructure, and it is set aside for small businesses under NAICS code 238290, with a submission deadline of April 15, 2025, at 12:00 PM MT. Interested parties should direct inquiries to Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further details.

Files
Title
Posted
The document addresses queries related to the specifications for new air terminals in a lightning protection system as part of a government RFP for repairs. It confirms that the mast air terminal required is made of fiberglass, measuring 2 inches in diameter and between 21 to 25 inches in length. Additionally, a Class II Lightning Protection Conductor, 25 feet long, is specified, along with a 24-inch blunt tip air terminal. This information is crucial for potential contractors to understand design requirements and material specifications for compliance with the government's standards in the repair project. Overall, the document serves to clarify the technical expectations set forth in the RFP, ensuring accurate bidding and implementation.
Apr 10, 2025, 6:06 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 10, 2025, 6:06 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 10, 2025, 6:06 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 10, 2025, 6:06 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 10, 2025, 6:06 PM UTC
The document outlines specifications for the installation of an air terminal mast for a construction project, including structural requirements and cable management details. It specifies dimensions such as a 24-inch solid air terminal, using two Superstrut support clamps per mast, and a minimum installation height of 15 feet and 6 inches above the roof. The document emphasizes correct cable bend requirements, highlighting acceptable and unacceptable radii for cable routing (with an eight-inch minimum radius). Additionally, it indicates that bronze bonding and thorough assessments of connections are necessary. The information presented is critical for contractors and engineers to ensure compliance with construction standards for safety and functionality in line with federal and local mandates. The document serves as a guideline to support adherence to design and engineering specifications in future project proposals and grants.
Apr 10, 2025, 6:06 PM UTC
The document outlines responses to questions regarding the specifications and requirements for an upcoming project related to air terminals and lightning protection. Key specifications include the necessary dimensions and materials for the air terminals, which must measure 2” x 21”-3” with a 25’ #228 Class II Lightning Protection Conductor and a 24” blunt tip. It clarifies that the Lightning Protection Institute (LPI) certification can indeed be submitted by a subcontractor, emphasizing the collaborative nature of the work. Furthermore, the document states that candidates may provide evidence of five years of relevant experience in their narrative submissions rather than through past project performance documentation. This summary encapsulates the project's technical requirements and submission guidelines, essential for vendors seeking to bid on this government request for proposal (RFP). Overall, the purpose of the document is to ensure that potential contractors understand the project's expectations and submission criteria to facilitate competitive proposals.
Apr 10, 2025, 6:06 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
16 EWS Landscape Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a landscaping project at the 16th Electromagnetic Warfare Squadron (EWS) located at Peterson Space Force Base (SFB) in Colorado. The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to enhance the outdoor space surrounding Building 2027, which includes the installation of native trees, shrubs, picnic tables, and waste disposal receptacles, while adhering to federal, state, and environmental regulations. This project aims to create a functional and environmentally conscious outdoor area for personnel, supporting operational needs and enhancing community amenities. Quotes are due by May 8, 2025, with a site visit scheduled for April 24, 2025; interested parties should direct inquiries to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil.
Cheyenne Mountain SFS Carpet Installation
Buyer not available
The Department of Defense, through the United States Space Force, is soliciting quotes for a carpet installation project at the Cheyenne Mountain Space Force Station in Colorado Springs, Colorado. The project involves the purchase and installation of commercial-grade carpet tiles, including the removal of existing flooring, installation adhering to government standards, and disposal of removed materials, with a focus on safety and environmental compliance. This opportunity is a 100% Small Business Set-Aside under NAICS code 238330, with a submission deadline for quotes set for May 7, 2025, and a site visit scheduled for May 1, 2025. Interested vendors should contact William R. Dabbs at william.dabbs.1@spaceforce.mil or 719-556-6597 for further details.
CMSFS ATS & Generator Replacement
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotations for the removal and replacement of Automatic Transfer Switches (ATS) and generator equipment at the Cheyenne Mountain Space Force Station in Colorado. The project involves the disposal of existing equipment, including a Cummins power control switch and a Kohler generator, and the installation of new systems that comply with specified technical criteria and safety standards. This initiative is crucial for enhancing the operational capability of military facilities while ensuring adherence to environmental regulations and safety protocols. Interested contractors should contact Dante Aletto at dante.aletto.1@spaceforce.mil or 719-556-4124 for further details, with an estimated contract value of $19,000,000 and a site visit scheduled for April 23, 2025.
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, which includes the installation of a new Automatic Transfer Switch (ATS) to ensure generator backup during power outages. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a magnitude between $500,000 and $1 million, with a performance period of 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 23, 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.
USSPACECOM Building 1 Artwork v2
Buyer not available
The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential Artwork and Branding Providers for the USSPACECOM Building 1 project in Colorado Springs, Colorado. The objective is to design, procure, and install artwork that reflects Department of Defense space themes and enhances the visual environment of the facility, with specific requirements outlined in the Statement of Work. This initiative is crucial for reinforcing USSPACECOM's branding and operational integrity within its headquarters. Interested vendors must respond to the Sources Sought announcement by April 22, 2025, addressing specified questions and providing their capabilities, with further inquiries directed to Cayce Moses at cayce.moses@spaceforce.mil or Amanda Davidson at amanda.davidson.5@spaceforce.mil.
Removal of CRAC Unit at Cheyenne Mountain Space Force Station
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the removal of Computer Room Air-Conditioner (CRAC) 12 located at Cheyenne Mountain Space Force Station in Colorado. The project is a 100% Small Business Set-Aside under NAICS code 811310, focusing on the safe disconnection and removal of the unit while ensuring compliance with all relevant safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and infrastructure integrity at the facility. Interested vendors must submit their quotes by 12:00 PM MST on April 29, 2024, and are encouraged to attend a site visit on April 17, 2025, with pre-registration required. For further inquiries, contact Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
LNB Controllers Peterson SFB CO
Buyer not available
The Department of Defense, through the United States Space Force at Peterson Space Force Base, is seeking information on Low-Noise Block (LNB) Controllers as part of a Sources Sought notice. The procurement aims to gather insights on the availability and specifications of LNB Controller components, which are crucial for radio and television broadcasting and wireless communications. This inquiry is intended for market research purposes and does not constitute a commitment to solicit bids or award contracts; interested suppliers are encouraged to provide information regarding delivery times, product characteristics, and warranty details by April 17, 2025. For further inquiries, potential respondents can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil.
Target Retrieval System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and disposal of an existing target retrieval system and the installation of a new 75-meter target retrieval system at Patrick Space Force Base in Florida. The project requires the installation of ten shooting booths equipped with bulletproof dividers, collapsible barricades, and integrated storage solutions, all controlled from a single computer to enhance training efficiency and safety. This modernization effort is crucial for improving military training conditions and ensuring compliance with safety regulations. Interested vendors must submit their technical quotes by May 1, 2025, and can direct inquiries to Gage Belyeu at gage.belyeu.2@spaceforce.mil or Ricardo Diaz at ricardo.diaz.14@spaceforce.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.
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.