AGM60/600 Battery Plant Replacements
ID: FA822225QAMG6Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC OL H PZIEHILL AFB, UT, 84056-5805, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement, delivery, and installation of replacements for AGM-60/600 Battery Plants at Vandenberg Space Force Base in California. The primary objective is to replace outdated power systems that are no longer supported, ensuring operational readiness and reliability across five specific buildings. This Small Business Set-Aside opportunity will be evaluated using the Lowest Price Technically Acceptable (LPTA) method for a Firm Fixed Price contract, with a primary performance period of eleven months and options for an additional twelve months. Interested vendors must submit their quotes by May 21, 2025, and are encouraged to contact Kathryn McKay or Christa Phillips for further inquiries.

    Files
    Title
    Posted
    The document provides an overview of federal and state-local Requests for Proposals (RFPs) and grants aimed at addressing specific projects and services. It outlines the processes by which organizations can solicit funding and support from government entities. Key elements include eligibility criteria, submission guidelines, evaluation metrics, and deadlines for proposal submissions. The structure promotes transparency and competition among applicants while ensuring that government funds are allocated efficiently. The primary purpose is to empower community development through targeted funding initiatives, enabling local and federal governments to support projects that meet essential public needs. The document emphasizes the importance of compliance with federal regulations and guidelines throughout the application process, which is pivotal for the allocation of grants. Overall, it serves as a critical tool for stakeholders seeking financial resources to launch or enhance their initiatives.
    The document presents a Statement of Objectives (SOO) for the replacement of outdated AGM-600 Power Plants at Vandenberg Space Force Base (VSFB), California. The existing systems are no longer supported by the manufacturer, leading to significant material shortages and operational risks. The primary objective is to procure, deliver, and install new technical replacements for these power systems across five specific buildings at VSFB. The contractor is required to provide all labor, materials, and equipment, ensuring that no parts show defects and that they adhere to manufacturer recommendations. Detailed requirements include conducting site evaluations, creating new designs with related engineering documentation, and ensuring a swift cutover of power supplies with minimal downtime. The contractor will also remove old systems, supply spare parts, and provide extensive training on the new installations. Critical to the project's success is a focus on safety, compliance, and effective project management, with detailed schedules and performance milestones outlined. Ultimately, this replacement is vital to maintaining reliable communications capability at the Western Range, underscoring the government's commitment to operational readiness and modernization.
    The Statement of Objectives (SOO) outlines the need to replace the outdated AGM-600 Power Plants at Vandenberg Space Force Base, as they have reached the end of their operational life without vendor support for repairs and replacement parts. The project intends to procure, deliver, and install new systems across various buildings, ensuring all equipment meets quality standards and conforms to manufacturer guidelines. The contractor is required to provide labor, materials, and a thorough evaluation of the existing battery systems, culminating in a white paper detailing the installation process and potential system downtime. Specific site requirements include differing DC load capacities and the incorporation of both -48VDC and AC UPS units for certain buildings. The contract emphasizes safety compliance, operational security, and timely communication of any project milestones or issues. Additionally, a detailed project management approach will guide the installation process. The goal is to enhance communication system reliability through updated power supply infrastructure while minimizing risks associated with obsolescence. This initiative highlights the government's commitment to maintaining mission critical capabilities at Vandenberg Space Force Base.
    This document is a combined synopsis/solicitation for a Request for Quotation (RFQ) regarding the procurement and installation of technical replacements for AGM-60/600 Battery Plants at Vandenberg Space Force Base, CA. The solicitation, posted on SAM.gov, is set aside for small businesses and will award a Firm Fixed Price contract based on a Lowest Price Technically Acceptable (LPTA) evaluation. The procurement includes items such as AGM-600 systems for various buildings and associated contract data requirements. The performance period is twelve months, with an option for an additional twelve. Offers are due by April 28, 2025, with specific submission criteria, including providing CAGE and DUNS numbers, payment terms, and contact details. The government reserves rights to cancel the solicitation, and only registered firms in the System for Award Management (SAM) with a current DoD assessment will be considered for award. The contracting officer is open to questions until April 17, 2025, and an ombudsman is appointed to address concerns from offerors. This solicitation exemplifies federal procurement procedures aimed at acquiring commercial services while prioritizing small business participation.
    The government solicitation FA822225QAMG6 seeks proposals for the procurement, delivery, and installation of replacements for AGM-60/600 Battery Plants at Vandenberg Space Force Base, CA. This request, classified as a Small Business Set-Aside, will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method for a Firm Fixed Price contract. The proposal entails a primary performance period of eleven months, with additional options totaling twelve months. Interested vendors are required to submit official quotes with relevant company information and must comply with registration in the System for Award Management (SAM) and possess a current SPRS NIST 800-171 DoD Assessment. Quotes are due by May 21, 2025, and will be accepted via GSA eBuy and email. The guidelines include specific clauses and an outlined process for bid evaluation, while also establishing a contact point for questions. The document emphasizes the government's flexibility in awarding contracts, including the potential cancellation of the solicitation without obligation to reimburse costs, underscoring its procedural nature in federal procurement practices. This solicitation aims to enhance operational capabilities while promoting small business participation in government contracts.
    The document focuses on the requirements and processes surrounding federal RFPs (Requests for Proposals), federal grants, and state and local RFPs. It underscores the importance of adherence to established guidelines and criteria that organizations must follow to secure funding and achieve compliance. Key ideas include the evaluation criteria for proposals, the significance of aligning project objectives with governmental priorities, and the necessity for transparent budgeting and reporting practices. The structure of the document presents a systematic approach to proposal submission, evaluation, and award processes, emphasizing the need for detailed project plans and demonstrated capabilities of bidders. This framework aims to ensure fair competition and effective allocation of public funds, ultimately enhancing government effectiveness in meeting community needs. The document serves as a vital resource for entities seeking government funding, providing clarity on expectations and requirements in the competitive funding landscape.
    The document FA822225QAMG6 encompasses a series of stipulations regarding government procurement regulations, specifically related to contractors and their obligations in federal contracts. It outlines clauses that address various critical areas such as compensation for former Department of Defense (DoD) officials, whistleblower rights, compliance with telecommunications security, and the acquisition of U.S.-made products. Additionally, it includes provisions for payment submission processes through the Wide Area Workflow (WAWF) system, emphasizing electronic reporting for efficiency and transparency. Key elements span from prohibitions against using certain foreign telecommunications equipment to specifying unique item identification protocols for items delivered under contract. The document also details the requirements for small business classifications, certifications on compliance with federal laws—including child labor laws and taxes—and mandates related to environmental safety measures. These clauses aim to ensure fair practices, compliance with government regulations, and the safeguarding of sensitive information in defense contracts. The comprehensive structure facilitates clear guidance for contractors to conform to federal guidelines, thereby supporting the transparency and integrity of government procurement processes.
    The document appears to be an Adobe Reader error message, indicating that the content is not displayed due to a potential incompatibility issue with the viewer being used. The message encourages users to upgrade to the latest version of Adobe Reader for better compatibility and access to the document, providing links for downloading the software and additional assistance. It also mentions trademark information related to Windows, Mac, and Linux operating systems. As the file does not contain any substantive information related to government RFPs, federal grants, or state/local RFPs, there are no main topics or key ideas to summarize beyond addressing the viewing issue itself.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    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.
    61--BATTERY,STORAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of storage batteries under solicitation number 6140016772079. The requirement includes the delivery of two units each to the USS The Sullivans (DDG 68), USS Anchorage (LPD 23), and USS Bulkeley (DDG 84), with a delivery timeline of 60 days after order. These batteries are critical for the operational readiness of naval vessels, ensuring reliable power supply for various onboard systems. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, with all inquiries directed to the DLA's buyer via the provided email address, DibbsBSM@dla.mil.
    Base Alarm Services - Los Angles Air Force Base
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide Base Alarm Services at Los Angeles Air Force Base (LAAFB). The procurement aims to establish a Firm-Fixed Price (FFP) contract for maintenance and repair of the base's alarm and CCTV systems, which includes tasks such as cleaning, scheduling, and troubleshooting network issues related to the alarm system and surveillance equipment. This opportunity is critical for ensuring the security and operational readiness of the base, requiring expertise in network configurations and maintenance of proprietary software and equipment. Interested parties must submit an eight-page narrative detailing their capabilities by responding to the sources sought notice, with questions due by December 15, 2025, to Lt Dorian Maynard at dorian.maynard.1@spaceforce.mil or TSgt Kenneth Sparks at kenneth.sparks.2@spaceforce.mil.
    61--BATTERY POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These battery power supplies are critical for the operational readiness of naval vessels, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the DLA at DibbsBSM@dla.mil.
    61--BATTERY POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These power supplies are critical components for naval operations, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, with further inquiries directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    New Manufacture: NSN 6130-01-486-6660HY / PN 713290-2 / F-16 Battery Charger
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 40 F-16 Battery Chargers (NSN: 6130-01-486-6660HY, PN: 713290-2) as part of a firm fixed-price contract. The chargers, which are critical for the operational readiness of F-16 aircraft, are required to be made of stainless steel and must meet specific dimensions and weight criteria. The estimated issue date for the Request for Proposal (RFP) is November 19, 2025, with a closing date of December 19, 2025, and delivery is expected by June 25, 2026. Interested parties should direct inquiries to Kevin Howe at kevin.howe.1@us.af.mil, and the solicitation will be available on www.sam.gov.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    61--BATTERY POWER SUPPL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supply, specifically NSN 6130016753655. The requirement includes a quantity of three units to be delivered to DLA Distribution San Joaquin within 147 days after the order is placed, with the approved source being PT106645. This procurement is critical for ensuring the availability of essential electrical equipment for military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.