CMSFS ATS & Generator Replacement
ID: FA251725Q0045Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    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 Springs, Colorado. The procurement aims to enhance operational capabilities by upgrading essential power systems, with a total estimated award amount of $19,000,000. Contractors will be required to comply with specific technical requirements, including the installation of a 600A, 480V ATS and a new generator, while adhering to applicable codes and environmental standards. Interested parties should contact Dante Aletto at dante.aletto.1@spaceforce.mil or 719-556-4124 for further details, and must RSVP for a site visit scheduled for April 23, 2025, by April 21, 2025.

    Files
    Title
    Posted
    The federal government has released a Request for Proposal (RFP) aimed at seeking bids for a comprehensive assessment of cybersecurity protocols and risk management strategies across various federal systems. The primary purpose of this initiative is to enhance cybersecurity measures while ensuring compliance with federal standards. Key elements of the RFP outline requirements for evaluating existing security frameworks, identifying vulnerabilities, and recommending upgrades or new technologies. Bidders are expected to have extensive experience in cybersecurity assessments and a proven track record in federal contract work. The proposal also emphasizes collaboration with federal IT departments to ensure alignment with ongoing projects and initiatives. Overall, this RFP represents a crucial step toward bolstering national cybersecurity defenses and maintaining the integrity of sensitive government data.
    The Department of the Air Force, through the United States Space Force, has announced a site visit scheduled for 23 April 2025 at 0900 MT concerning the generator replacement at the Cheyenne Mountain Complex. Contractors interested in attending must RSVP via email to 2Lt Dante Aletto by 1300 MT on 21 April 2025, including specific details such as their full name, date of birth, and valid documentation for access purposes. The Cheyenne Mountain Complex is a restricted area, underscoring the importance of timely confirmation and accurate credentials for participation. This memorandum serves as a preliminary step in the procurement process for the project FA251725Q0045, signaling collaboration between the Air Force and potential contractors for essential infrastructure upgrades. The structured approach to the site visit aims to ensure security and compliance with installation access requirements, pivotal for effective project execution.
    The document is a solicitation from the United States Space Force, specifically for contracting services aimed at replacing the Automatic Transfer Switch (ATS) and generator at two buildings. This Request for Quote (RFQ) identifies the scope of work, including the provision of specific electrical equipment and installation services with a total estimated award amount of $19,000,000. Key aspects include item descriptions, quantities, delivery schedules, and various compliance clauses necessary for the engagement. The RFQ mandates adherence to applicable FAR and DFARS clauses, ensuring proper standards in service delivery and item identification. It includes provisions for contractor obligations, invoicing procedures, and inspection criteria, emphasizing the necessity for technical and price documentation upon submission. The overall aim is to enhance operational capability at military facilities, underscored by a requirement for quality and timeliness in the completion of the work. This solicitation exemplifies federal processes to involve qualified vendors in public sector contracting, while also promoting participation from women-owned small businesses and ensuring fair competition in procurement.
    The Statement of Work outlines the requirements for the replacement of automatic transfer switches (ATS) and generators at Cheyenne Mountain Space Force Station. The contractor is responsible for removing and disposing of existing equipment, including a Cummins power control switch and a Kohler generator, and installing new systems that meet specified technical criteria, including proper certification and compatibility with existing infrastructure. The project demands adherence to environmental regulations, safety standards, and operational protocols, including obtaining necessary licenses and maintaining a clean work environment. Furthermore, the contractor must ensure safe handling of hazardous materials and waste disposal in compliance with relevant laws. Working hours are typically set from 7:00 a.m. to 4:00 p.m., requiring prior approval for deviations. Upon project completion, the contractor must provide documentation for system operations and maintenance, as well as testing reports, which will remain the property of the U.S. Government. This initiative demonstrates the government's focus on updating essential power management systems while ensuring safety, compliance, and operational efficiency.
    The document outlines the Statement of Work (SOW) for the replacement of Automatic Transfer Switches (ATS) and generators near Buildings 103 and 90 at Cheyenne Mountain Space Force Station. The contractor is tasked with removing outdated equipment, complying with applicable codes, and installing new generators and transfer switches that meet specific technical requirements. This includes a 600A, 480V ATS, compatible with a Cummins diesel generator, and a new 10kW-15kW generator with essential accessories like a battery heater kit. The contractor must obtain necessary permits, manage hazardous materials according to regulations, and adhere to environmental standards. Working hours are typically 7 a.m. to 4 p.m., with access limited to permitted personnel who pass background checks. The contractor is also required to maintain site cleanliness and submit operational documentation upon project completion. This SOW represents a federal effort to upgrade essential power systems, prioritizing safety, compliance, and environmental responsibility in the execution of these tasks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products, technologies, and services, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. Interested offerors are invited to participate in a multi-phased submission process, with key deadlines for submissions extending into December 2025, and are encouraged to contact Crystal Price or Cassie DeBree for further information regarding the solicitation and requirements.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    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.
    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.
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project involves replacing existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, and requires the contractor to provide all necessary labor, equipment, and materials. This procurement is critical for maintaining the operational integrity of electrical systems at the airfield, ensuring reliable power distribution for military operations. Interested contractors must submit their bids electronically by 9:00 AM EST on January 8, 2026, with a project budget estimated between $10 million and $25 million. For further inquiries, contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    AMDOTS Warranty Justification and Approval
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.