Automatic Transfer Switch and Generator Replacement CMSFS
ID: FA251725ATSGENType: Sources Sought
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)

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 qualified vendors for the replacement of Automatic Transfer Switches (ATS) and generators at Cheyenne Mountain Space Force Station in Colorado Springs, Colorado. The project entails the removal of existing units and the installation of new equipment, including a 600A, 4-wire ATS and a generator with a capacity of 10kW-15kW, while ensuring compliance with applicable codes and environmental regulations. This procurement is critical for maintaining reliable power systems essential for operational needs at the installation. Interested small businesses must submit their responses by March 17, 2025, and direct any questions to Kyle Howard at kyle.howard.12@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil by March 12, 2025.

    Files
    Title
    Posted
    The Department of the Air Force's Space Force is seeking information from vendors for the procurement of Automatic Transfer Switches and a Generator at Peterson Space Force Base. This request aims to conduct market research in line with FAR Part 10 and is not a commitment to issue a solicitation or contract. The North American Industry Classification System (NAICS) code applicable is 238210, with a small business size standard of $19 million. Vendors are asked to submit responses by March 17, 2025, including details on delivery times, capability to provide the listed items, relevant specifications, and certifications regarding small business status. Questions regarding the sources sought should be submitted by March 12, 2025. The document includes a table of required items: two types of Automatic Transfer Switches and one generator, along with a statement of work in an attachment detailing specifications. This initiative underscores the Space Force's commitment to acquiring reliable power systems for operational needs at the installation.
    The Statement of Work outlines the requirements for the replacement of Automatic Transfer Switches (ATS) and generators near Buildings 103 and 90 at Cheyenne Mountain Space Force Station. The contractor is responsible for removing existing units and installing new ones with specified features, including compliance with applicable codes and environmental regulations. The scope includes a new 600A, 4-wire ATS and a 10kW-15kW generator, along with required accessories. The contractor must secure necessary licenses, adhere to environmental and hazardous material guidelines, and maintain site safety in accordance with OSHA and Air Force standards. Working hours are specified, with access requirements to the installation mandated. Additionally, site maintenance and cleanup protocols must be followed to ensure a neat work area. Deliverables include operational documentation and a report of any tests conducted. This project highlights the government’s commitment to maintaining essential infrastructure and ensuring compliance with federal and state regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SXHT 12-1092 Repair Emergency Power SFS B1319
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and upgrade of emergency power systems at Facility B1319 located at Patrick Space Force Base in Florida. The project aims to enhance the facility's electrical load capacity, replace the existing automatic transfer switch (ATS), and install new electrical circuits to ensure reliable backup power during outages. This procurement is particularly significant as it is set aside for service-disabled veteran-owned small businesses, reflecting the government's commitment to supporting this demographic in federal contracting. Interested bidders should note that the estimated project cost ranges from $500,000 to $1,000,000, with a performance period of 180 days, and bids are expected to open around March 18, 2025. For further inquiries, potential bidders can contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
    B809 Generator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a B809 Generator, model HCP34-2LN/24, from the Mecc Alte brand, under a total small business set-aside. This solicitation requires that all major components of the generator be manufactured in the United States, emphasizing compliance with federal regulations and support for domestic industries. The contract is critical for ensuring reliable power supply for military operations, with a submission deadline for quotes set for 4:00 PM Japan Standard Time on March 19, 2025, and questions accepted until March 12. Interested parties should contact A1C William Remaley at william.remaley@us.af.mil or Keigo Miyagi at keigo.miyagi.jp@us.af.mil for further information.
    USAFA High Wind Alert System
    Buyer not available
    The Department of Defense, through the U.S. Air Force Academy (USAFA), is soliciting quotes for the maintenance and repair of its High Wind Alert System (HWAS) under a firm fixed-price contract. The contractor will be responsible for ensuring the effective operation of the HWAS, which includes 12 solar-powered mini-weather stations critical for flight missions, and must adhere to strict maintenance, inspection, and reporting protocols as outlined in the Performance Work Statement (PWS). This contract is vital for maintaining operational readiness and safety in military environments, with a base period starting on April 1, 2025, and options for four additional years, plus a possible six-month extension. Interested vendors must submit their quotes by March 10, 2025, and can contact John Perry at john.perry.33@us.af.mil or April Delobel at april.delobel.1@us.af.mil for further information.
    7 CES High Voltage Switchgear Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of high voltage switchgear at Dyess Air Force Base in Texas. The project entails comprehensive tasks including the demolition, removal, and installation of switchgear and associated components, with strict adherence to OSHA standards and safety protocols to minimize disruption and ensure environmental responsibility. This procurement is crucial for maintaining the operational integrity of electrical systems at the base, and it is set aside for small businesses under the SBA guidelines. Interested contractors should contact Sydney Fontenot at sydney.fontenot@us.af.mil or 325-696-3834, or Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil or 325-696-3836 for further details.
    MAF Lagoon Electrical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the MAF Lagoon Electrical project at Malmstrom Air Force Base (AFB) in Montana. The objective of this procurement is to provide 208V 3 Phase Power to the Missile Alert Field Lagoons, with the contract being a firm fixed price arrangement. This project is crucial for ensuring the operational readiness and functionality of the electrical systems at the base. Interested contractors, particularly small businesses, should note that the solicitation number is FA4626-25-R-0006, with proposals expected to be available by March 10, 2025, and a closing date around April 11, 2025. The estimated contract value ranges from $250,000 to $500,000, and contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, interested parties can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.
    New Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of new equipment necessary for the NASA LAS K-Span project at Patrick Space Force Base in Florida. The equipment includes specialized items such as a laser transmitter, air compressor, welding machine, bending machine, power panels, and generators, all of which must meet specific technical requirements and military standards. This procurement is crucial for enhancing operational capabilities and ensuring project success, with a required delivery date set for May 30, 2025. Interested businesses are encouraged to submit a capabilities package by March 13, 2025, to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil or Abigail Muenchow at abigail.muenchow@spaceforce.mil, as part of a market research effort under a small business set-aside program.
    USSPACECOM JOC Workstation Equipment
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking information from potential resellers of ThinkLogical and QUINTRON equipment for the US Space Command as part of a Sources Sought Announcement. The procurement aims to gather details on various electronic workstation equipment, including ThinkLogical chassis, KVM extenders, transmit/receive cards, and QUINTRON DICES VoIP products, which are critical for enhancing communication and operational readiness. Interested vendors are invited to submit their capabilities, including delivery timelines and alternative product options, by March 14, 2025, to assist in evaluating suppliers for these essential tools. For inquiries, vendors may contact Cayce Moses at cayce.moses@spaceforce.mil or by phone at 719-556-9293.
    Main Power Switchboard MSB2
    Buyer not available
    The Department of Defense, through the Air Force Test Center (AFTC), is conducting market research to identify potential sources for the procurement of a Main Power Switchboard (MSB2) at Middleton, Florida. This opportunity specifically seeks capabilities statements from vendors, particularly small businesses, under NAICS Code 335313, which pertains to the manufacturing of switchgear and switchboard apparatus. The procurement is crucial for ensuring reliable power distribution within Air Force operations, and interested parties are encouraged to provide their business size, socio-economic status, and estimated lead time for delivery, which will be FOB destination. For further inquiries, respondents may contact Shane Quinn at shane.quinn@us.af.mil or Francisco Arredondo at francisco.arredondo.4@us.af.mil, noting that participation is voluntary and costs incurred will not be reimbursed.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the U.S. Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to replace the main building generators and related equipment, requiring the selected contractor to provide all necessary management, personnel, materials, and equipment under a firm-fixed-price contract exclusively for small businesses. This project is crucial for ensuring operational continuity for the facility, which serves approximately 600 retired military personnel, and compliance with federal regulations is mandatory. Interested contractors must submit their proposals electronically by March 14, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.
    Pad-Mounted Switchgear
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 15kV Pad-Mounted Switchgear Transformer to be delivered to Joint Base Charleston, South Carolina. This equipment is critical for maintaining electrical operational integrity and safety, featuring a 12.5 kA short-circuit rating and constructed from 304L stainless steel with SF6 gas insulation for enhanced reliability and personnel safety during maintenance. Interested small business vendors under NAICS code 335313 must submit their quotes via email, ensuring compliance with technical requirements, with a maximum delivery timeframe of 96 weeks post-award. For further inquiries, potential offerors can contact Edward Maxted-Sorensen at edward.maxtedsorensen.1@us.af.mil or Matthew Michel at matthew.michel@us.af.mil.