SXHT 12-1092 Repair Emergency Power SFS B1319
ID: FA252125B0004Type: Solicitation
AwardedMay 1, 2025
$399K$399,000
AwardeeCAVU CONSULTING LLC Virginia Beach VA 23456 USA
Award #:FA252125C0011
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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. The project aims to enhance the electrical load capacity at Facility 1319 by installing a new Automatic Transfer Switch (ATS) and upgrading existing electrical systems to ensure reliable generator backup during outages. This initiative is critical for maintaining operational resilience at military installations and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract value estimated between $500,000 and $1 million. 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.faulkner_russell@spaceforce.mil.

    Point(s) of Contact
    2d Lt. Charles Cowart
    charles.cowart.4@spaceforce.mil
    Eugenia A. Faulkner Russell
    eugenia.faulkner_russell@spaceforce.mil
    Files
    Title
    Posted
    The document summarizes offers received for the solicitation FA252125B0004 related to the repair of emergency power at B1319, with an opening date set for April 23, 2025. Key offerors include Critical Wave Energy with the apparent lowest bid of $198,784.95 and other bids ranging up to over $1 million from companies like Steel Factor Enterprises and Reyes Sourcing. The acceptance time and business sizes for many bids remain unselected.
    The pre-solicitation notice FA252125B0004 outlines a construction project at Patrick Space Force Base, Florida, focusing on upgrading the electrical systems at Facility 1319. The project includes increasing the facility's electrical load capacity, replacing the existing automatic transfer switch (ATS), and installing new electrical circuits to ensure backup during outages. The work is estimated to cost between $500,000 and $1,000,000 and has a performance period of 180 days. It is categorized under the North American Industry Classification System (NAICS) code 238210, indicating it is intended for electrical contractors. This notice serves as an announcement rather than a request for proposals, with bids expected to open around March 18, 2025, following an Invitation for Bid (IFB). The project is set aside for service-disabled veteran-owned small businesses, emphasizing the government's commitment to support this demographic in federal contracting. It also clarifies that funding is not currently available, and the government reserves the right to cancel the solicitation at any time. Interested bidders must be registered in the System for Award Management to be eligible for consideration. Overall, this notice provides essential insights into an upcoming federal contracting opportunity, emphasizing compliance with federal regulations and support for veteran-owned businesses.
    The document details the "Repair Emergency Power SFS FAC 1319" project at Patrick Space Force Base, focusing on updates to electrical infrastructure and systems. The project, led by the USSF 45th Civil Engineer Squadron, encompasses the installation of new equipment, including an 800A automatic transfer switch and an enclosed circuit breaker. Key steps include decommissioning outdated systems, demolishing existing electrical components, and ensuring minimal disruption to facility operations. It outlines the construction sequence and general notes on electrical installation, emphasizing adherence to safety regulations and environmental protections, including handling hazardous materials. Specific requirements involve careful management of existing utilities and maintaining safety during construction activities. The document also addresses erosion control measures and the need for coordination with government inspectors throughout the project's execution. Overall, the project aims to enhance emergency power capabilities while complying with federal, state, and local regulations, demonstrating the government's commitment to upgrading critical infrastructure at military installations.
    The document details a federal project titled "Repair Emergency Power, SFS, B1319" at Patrick Space Force Base. It outlines the scope of work required to enhance the building's electrical system, focusing on providing generator backup for all building loads and installing new electrical components. This includes replacing the existing Automatic Transfer Switch (ATS) and connecting a new power supply to essential facilities while minimizing disruption to ongoing operations. The project includes strict guidelines for safety, submittal procedures, and environmental controls, with a clear hierarchy of responsibilities between the Primary Consultant, Rhodes+Brito Architects, and its sub-consultant, Nelson Engineering Co. The document specifies comprehensive requirements for access, scheduling, material management, hazardous materials handling, and disposal processes, ensuring compliance with various federal safety standards. The overarching goal of this initiative is to ensure operational resilience at the facility while adhering to governmental regulations and maintaining safety protocols. Successful completion will be marked by strict quality control measures and adherence to timelines, addressing logistical challenges and ensuring minimal impact on existing operations.
    The document outlines wage determinations for construction projects in Brevard County, Florida, specifically referencing the Cape Canaveral Air Station and Kennedy Space Center. It provides applicable wage rates and fringe benefits for various labor classifications, adhering to the Davis-Bacon Act and Executive Orders 14026 and 13658. Contracts entered into on or after specified dates must comply with minimum wage rates set by these orders, with rates adjusting annually. The classifications listed include various trades such as electricians, plumbers, and construction laborers, each associated with specific hourly rates and fringe benefits. The document details the appeals process for wage determination disputes and emphasizes contractor compliance with federal labor standards and worker protection laws. It is designed to ensure fair wages for workers involved in federal and local construction projects, demonstrating the U.S. government's commitment to regulating labor standards. The information is critical for contractors bidding on projects under this jurisdiction and underscores expectations for worker compensation in compliance with federal regulations.
    The document outlines the wage determination for construction projects in Brevard County, Florida, specifically addressing projects at Cape Canaveral Air Station, Patrick Air Force Base, and Kennedy Space Center. It emphasizes compliance with the Davis-Bacon Act and associated Executive Orders, requiring contractors to pay specific minimum wage rates based on contract initiation or renewal dates. For contracts effective from January 30, 2022, the minimum wage is set at $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, a lower rate of $13.30 applies unless otherwise specified. The wage determination lists various classifications and their prevailing wage rates for skilled labor such as electricians, carpenters, and laborers, and includes specific rates for industrial work at related facilities. The document also defines the process for appealing wage determination decisions and provides contact information for further inquiries. Overall, this determination serves as a critical guideline for contractors bidding on federal projects, ensuring compliance with wage laws and providing necessary protections for workers.
    The document presents the General Decision Number FL20250001, concerning wage determinations for construction projects in Brevard County, Florida, notably at Cape Canaveral Air Station and Kennedy Space Center. It outlines relevant wage rates for various trades under the Davis-Bacon Act, specifying minimum salaries based on new federal Executive Orders that have been enacted since 2022. The prevailing wage data covers numerous construction classifications, detailing their rates, fringes, and applicability to industrial and commercial work. Updates and adjustments to these wage rates occur annually, and appeal processes for wage determinations are clearly defined. Overall, this decision aims to ensure fair wages in federal contracts for construction, aligning with the government’s commitment to upholding labor standards and worker protections.
    The document outlines the procedures for implementing the Green Purchasing Program at Patrick Air Force Base, emphasizing compliance with EPA-designated items in federal procurement actions. It details the steps for completing the Green Purchasing Program Certification Form (GPPC), requiring that the specified EPA products be checked and justified if not purchased. The forms aid in documenting the inclusion of environmentally preferable products, with criteria for exemptions based on performance standards, availability, competition, and pricing. Part 1 of the GPPC focuses on determining recovered materials and necessitates certification regarding the EPA-designated items included in the procurement action. Part 2 ensures that upon delivery, the supplier certifies EPA recycled content compliance. Additionally, there are specific forms for justifying non-compliance with EPA standards, requiring detailed rationale and supporting data, thereby reinforcing the importance of environmental considerations in government acquisitions. The document is integral to maintaining environmental standards within federal procurement processes.
    The document outlines procedures and requirements for hazardous material usage by contractors at the 45th Space Wing, U.S. Air Force, including a HAZMAT Usage Worksheet and Spill Notification Form. Contractors must submit a proposed list of hazardous materials to the Contracting Officer (CO), who reviews and forwards it to the Installation Hazardous Materials Program (IHMP) Manager for approval. The contractor prepares a Chemical/Hazardous Material Request/Authorization Form with Safety Data Sheets (SDS) for each material, which the CO subsequently reviews. Upon approval, the contractor is authorized to use these materials during construction. Throughout the contract, contractors are required to provide quarterly purchase reports of the hazardous materials to the CO. The CO then relays this information to the IHMP Manager, who inputs the data into the Enterprise Environmental Safety and Occupational Health Management Information System (EESOH-MIS). At the project's conclusion, the contractor must submit a final report to the CO summarizing any remaining purchases. This process ensures oversight, safety, and compliance with environmental regulations throughout the construction phase. The document serves to establish clear guidelines for HAZMAT tracking and reporting, integral to maintaining safety standards on the base.
    The memorandum from the United States Space Force, dated February 3, 2025, addresses the requirement for a project involving the repair of emergency power at facility B1319. The main purpose of the document is to clarify that the project will not involve the use of Class I Ozone Depleting Substances (ODS), in accordance with the Air Force policy. The assessment confirms that neither the contractor is required to utilize such substances nor will they need to deliver any related items or services. For any inquiries, the project manager, Kristine Snow, has provided her contact details. The document reflects compliance with environmental regulations in federal contracting, serving to ensure the project's execution aligns with established ecological standards.
    The document is a Question and Answer Form related to the federal government’s Request for Proposal (RFP) for Project Number SXHT 12-1092, which focuses on repairing the emergency power system at location B1319. The form allows contractors to submit questions regarding specific sections of the RFP or technical specifications. Each entry prompts for details about the RFP section, paragraph, and the question being posed, ensuring clarity and relevance to the proposed project. The purpose of this form is to facilitate clear communication and address any uncertainties contractors may have, thus streamlining the proposal process for this repairs project. The document's structure reflects a methodical approach to documenting inquiries and responses, enhancing understanding of project requirements.
    The solicitation FA252125B0004 outlines a new contract for the repair of emergency power systems at SFS B1319. It addresses various inquiries from potential contractors related to project requirements, operational protocols, and technical specifications. Clarifications include confirmation that the project is a new requirement, details on superintendent roles, project working hours, and management of site access and contractor badging. Technical aspects are discussed extensively, addressing discrepancies in electrical drawings and specifications regarding generator capacity, transfer switch coordination, and grounding requirements. The document also emphasizes compliance with NEC standards and the Florida Building Code. Additionally, it reviews operational protocols, such as expected noise levels, required documentation for operation and maintenance, and security concerns for existing components. Overall, the inquiry responses aim to provide clarity on project execution while ensuring adherence to safety and regulatory guidelines.
    The 45 SFS Credential Request Form facilitates installation access for individuals seeking entry to Patrick SFB, Cape Canaveral SFS, or VSFB. It complies with privacy regulations under the Privacy Act of 1974 and requires specific personal information, including the applicant's name, Social Security number, and details regarding citizenship. The form distinguishes between long-term (60 days or more) and short-term (59 days or less) access based on the applicant's status (e.g., government employee, contractor, visitor). Additionally, it includes advisories about potential toxic hazards at CCSFS and mandates compliance with established driving procedures on the installations. Users must acknowledge the risks and driving regulations, including seatbelt usage and restrictions on texting or phone use while driving. Submission protocols for the form are specified for different locations, allowing for hand delivery, fax, or email submission. Ultimately, this form aims to ensure secure access control within military facilities while maintaining safety and regulatory compliance.
    This document outlines the requirements for calculating self-performed versus subcontracted work in the context of a federal contract under solicitation FA2521-25-B-0004 for the repair of emergency power at facility B1319. It adheres to FAR 52.219-14, which limits the percentage of work a prime contractor can subcontract. Specifically, no more than 75% of the government contract amount, excluding materials, can be paid to non-SDVOSB (Service-Disabled Veteran-Owned Small Business) subcontractors. The contractor must complete a calculation form when submitting proposals, detailing contract values, material costs, and subcontract values to ensure compliance. The form requires multiple calculations to determine allowable subcontracting levels, including subtotals and percentages which must be 25% or more. A certification statement is required from an authorized representative, affirming the accuracy of the provided information. Overall, the document emphasizes compliance with federal contracting regulations and the importance of maintaining the integrity of subcontracting limits for SDVOSB entities.
    The document outlines the Installation Facilities Standards (IFS) for Energy Management & Controls Systems (EMCS) at Space Launch Delta 45, specifically focusing on compliance, cybersecurity, and integration of various control systems. It serves as a supplementary guide, superseding previous standards and emphasizing adherence to Federal Acquisition Regulations. Key sections elaborate on the EMCS automation, control networks, and supervisory data acquisition, detailing required system specifications and integration standards, including the use of Lon-Works communication protocols. Specific guidelines address the implementation of compatible electric, gas, and water meters, emphasizing cybersecurity and performance metrics, ultimately supporting utility monitoring and control systems aligned with Department of Defense requirements. The necessity for licenses remains crucial for government oversight and autonomy in system management. Approval processes for all systems and components involve stringent checks and maintenance of accurate operational standards. Overall, this document reflects the commitment to energy management efficiency and facility operational integrity, crucial for supporting military operations and infrastructure functionality at Patrick Space Force Base.
    The document serves as a construction cost estimate breakdown necessary for federal contracting, specifically detailing how contractors should present their pricing proposals. It includes instructions on itemizing material costs, labor expenses, and any other direct costs, emphasizing the importance of providing a detailed, transparent estimate to facilitate thorough evaluation. The contractor must specify descriptions of required materials and work, calculate estimated quantities, and outline labor hours, rates, and total costs for each line item. The instructions also highlight the contractor's obligation to ensure the accuracy of their financial data and to allow examination by the government for validation. Ultimately, the completed form will aggregate various cost components, including materials, labor, overhead, and profit, culminating in a total contract price that adheres to established guidelines. This standardized format is pivotal in government Request for Proposals (RFPs), grants, and local project bids to maintain clarity and accountability in procurement processes.
    The document outlines specifications and guidelines related to electrical systems installation, particularly focusing on fire safety, grounding, and equipment connectivity in a government facility context. Key elements include instructions for ensuring fire-rated insulation around penetration sleeves for steel pipes, which are to be packed tightly with approved materials. It also details the installation of grounding busbars, wiring devices, and electrical panel requirements adhering to National Electrical Code (NEC) standards. Supporting details include specifications for conduits, pipe sleeves, and the proper sizing of circuit breakers and wires based on equipment needs. There is an emphasis on obtaining direct coordination with equipment manufacturers prior to any installation, ensuring all connections are compliant with safety regulations. The document prominently reflects standard practices in federal and local procurement processes for electrical work, showcasing meticulous attention to code adherence and safety protocols, which are paramount for government projects. Overall, this serves as a technical guidance document for contractors involved in the electrical installations and upgrades of designated facilities, aimed at ensuring functionality, safety, and regulatory compliance.
    Sunrise Systems of Brevard, Inc. was contracted by Rhodes + Brito Architects to perform targeted environmental sampling at Patrick Space Force Station, specifically in Room 104 and the transformer pad of Building 1319. The sampling aimed to test for RCRA-8 metals and PCB in the interior coating of the CMU wall, as well as for asbestos in the wall and transformer pad. Analysis by Schneider Labs showed minimal levels of barium present but no detection of PCBs or asbestos in the sampled materials. The report emphasizes the necessity of adhering to OSHA regulations during any disturbance of the coatings due to potential exposure risks, and it confirms that no other asbestos-containing materials were identified within the facility. This report is part of routine environmental assessments relevant to compliance with federal and state regulatory standards, essential for environmental safety during construction or repairs at government installations.
    The solicitation FA252125B0004, issued by Patrick Space Force Base, invites bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319." This project entails enhancing the electrical load capacity at Facility 1319, including installation of a new Automatic Transfer Switch (ATS) to ensure generator backup during outages. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a NAICS code of 238210 and a magnitude between $500,000 and $1 million. The performance period is 180 calendar days from the Notice to Proceed (NTP), expected to be issued within 30 days after award. Importantly, funds are not currently available, and the government may cancel the solicitation without reimbursement for incurred costs. The document underscores the requirement for contractors to comply with Federal Acquisition Regulation (FAR) clauses, including performance and payment bonds. Multiple points of contact are provided for inquiries, ensuring clear communication throughout the bidding process. Overall, this solicitation exemplifies the government's commitment to fostering small business participation while enhancing critical infrastructure.
    This document outlines the amendment and modification instructions for a federal solicitation, specifically regarding updates to contract terms and conditions. It details the necessary acknowledgment procedures for contractors to respond to the amendment, including methods of acknowledgment and implications of non-compliance. Key points include the extension of the proposal submission deadline, incorporation of a new Wage Determination, and modifications to existing contract clauses under specific federal regulations. Notable updates include changes to terms regarding procurement and social compliance, reflecting recent legislation affecting employment standards and contracting procedures. The amendment emphasizes the government's right to terminate contracts for convenience or cause, ensuring compliance with various regulations during contract performance. The attachment of updated wage data illustrates the commitment to fair labor practices. Overall, the document serves as a guide for contractors participating in the solicitation process, highlighting critical legal and compliance aspects imperative for contract execution within the federal framework.
    The document serves as an amendment to a solicitation for a government project, extending the bid due date from April 18, 2025, to April 23, 2025. This amendment includes critical updates such as the revised bidding timeline and the inclusion of specific FAR clauses and attachments relevant to the request for proposals (RFP). Key contacts for the solicitation are provided, highlighting the importance of electronic bids submitted via designated email addresses. The amendment emphasizes compliance with solicitation requirements and outlines necessary documentation for bidders, such as bid guarantees and cost estimates. Additionally, a pre-bid site visit is scheduled and details are provided for submission of questions, emphasizing that no inquiries will be addressed during the visit. This amendment aims to ensure clarity and compliance for all potential bidders while maintaining the integrity of the procurement process under federal guidelines.
    Similar Opportunities
    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.
    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.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina, under solicitation number N40085-26-R-9001. The project involves replacing existing equipment and installing new generators, with specific requirements for compliance with electrical and environmental regulations, as well as adherence to strict construction protocols. This procurement is crucial for ensuring reliable power supply and operational readiness at the facility. Proposals are due by January 6, 2026, at 2:00 PM EST, and interested contractors must contact Tony Benson or Lauren Loconto for further details, with an estimated project cost between $100,000 and $250,000.
    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.
    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.
    Install Redundant Power Distribution
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a redundant power distribution system at Cape Canaveral, Florida. This project aims to enhance the reliability and efficiency of power distribution in the area, which is critical for supporting various military operations and infrastructure. The procurement falls under the NAICS code 237130, focusing on construction related to power and communication line structures, and is set aside for 8(a) competed businesses. Interested contractors should reach out to Leigh Dedrick at leigh.a.dedrick@usace.army.mil for further details and to ensure their proposals align with the solicitation requirements.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.