ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Replace Radar Generator, B2021

DEPT OF DEFENSE FA302226R0006
Response Deadline
Jun 29, 2026
52 days left
Days Remaining
52
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force is seeking a contractor to fully replace the backup generator system serving Radar site B2021 at Columbus Air Force Base in Mississippi. The work includes furnishing all labor, plant, equipment, transportation, and tools to replace the generator and related components such as the fuel tank, fuel lines, fuel pump, day tank, automatic transfer switch, heater, sensors, and exhaust system. The new system must match or exceed the existing system’s capabilities, including a preheat feature and the ability to start and take load within 15 seconds, with performance at the Columbus, Mississippi site under a total small business set-aside and a 180-day period of performance. Contractors must complete CUI training and sign the acknowledgment to access locked drawings and other CUI documents, proposals are to be submitted electronically, and the solicitation includes an optional site visit on 04 June 2026 with registration required by 28 May 2026 and RFIs due by 09 June 2026.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2JZ
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Solicitation Documents

10 Files
Solicitation - FA302226R0006.pdf
PDF803 KBMay 8, 2026
AI Summary
This government solicitation, FA302226R0006, issued by the US Air Force, outlines requirements for the full replacement of a backup generator system at the Radar site, B2021, Columbus AFB. The project, titled "B2021 DASHR GENERATOR," requires the contractor to provide all necessary plant, labor, equipment, transportation, and tools for the replacement of the generator, fuel tank, fuel lines, fuel pump, day tank, automatic transfer switch, electric heater, sensors, and exhaust system. The new system must meet or exceed the capabilities of the existing one, including a preheat system and the ability to start and take load within 15 seconds. The performance period is mandatory at 180 calendar days after award, with a 10-day period for performance and payment bonds. The solicitation is a 100% small business set-aside under NAICS code 236220. It details strict compliance requirements for health and safety, contractor access to installations, and electronic payment submissions via Wide Area WorkFlow (WAWF). The document also includes clauses on liquidated damages ($654.52 per day), limitations on subcontracting (85% for general construction), and various FAR and DFARS clauses governing labor standards, equal opportunity, and safeguarding contractor information systems.
Contractors CUI Training Slides.pptx
PowerPoint644 KBMay 8, 2026
AI Summary
The document outlines the definition, importance, types, levels, access, marking, protection, shipping, reproduction, destruction, and reporting of Controlled Unclassified Information (CUI) within the DoD. CUI is government-created or possessed information requiring safeguarding and dissemination controls due to laws, regulations, or policies. The DoD CUI Index includes 19 major categories with 103 subcategories. CUI is categorized as Basic, which follows CUI Registry controls, or Specified, which has specific handling controls dictated by authorizing laws. Access to CUI requires an authorized government purpose and a
MFR CUI Contractor Training Acknowledgment July 2024.pdf
PDF51 KBMay 8, 2026
AI Summary
The Department of the Air Force's 14th Flying Training Wing at Columbus Air Force Base issued a memorandum to contractors regarding the mandatory safeguarding of Controlled Unclassified Information (CUI). This document, effective July 3, 2024, outlines procedures for prime contractors and subcontractors to acknowledge and implement CUI protection both before and after contract awards. Key requirements include the insertion of FAR Clause 52.204-21 in solicitations and contracts, mandatory DoD CUI training for all personnel with CUI access (to be completed within 30 days of assignment or prior to access), and the signing of this memorandum as proof of training completion. Contractors must report any improper CUI disclosure to the Contracting Officer within 72 hours. Failure to comply can result in severe recourse, including retraining, debarment, or contract termination, as determined by the 14 CONS/CC and CAFB Wing Information Protection Officer.
SOW EEPZ248376 Replace Radar Generator B2021.pdf
PDF580 KBMay 8, 2026
AI Summary
The Design-Build Statement of Work for Project EEPZ248376 at Columbus AFB, Mississippi, outlines the complete replacement of the backup generator system for Radar site B2021. This critical project, dated April 11, 2025, requires the contractor to provide all labor, equipment, and tools for the demolition of the existing 277/480V 128 kVA Kohler generator, fuel tank, fuel lines, day tank, automatic transfer switch (ATS), and exhaust system. The contractor will then furnish and install new diesel Cummins generator system components of equal or superior capability, including a 128 kVA generator, a double-walled fuel tank providing 72 hours of run time, new fuel lines, a new day tank, a new 4 Pole/4 Wire ATS with overlapping neutral, and a new 100 kW load bank. The project emphasizes the critical nature of the Radar site, requiring redundant mobile generators during outages and a rapid 15-second load acceptance for the new generator. All design and construction must adhere to extensive government and industry standards, including various UFCs, NFPA codes, and Columbus AFB Installation Facility Standards. The contractor is responsible for all design work, including electrical design, load studies, and professionally sealed drawings. Multiple design submittals (35%, 65%, 95%, and 100%) are required, with strict timelines and review processes. The period of performance for the project is 180 days, with detailed requirements for project management, scheduling, quality control, and safety, health, and environmental protection. The government will not provide equipment but will salvage the existing Kohler generator. The contractor must provide a one-year warranty on materials and workmanship, with extended warranties for specific products or systems as applicable.
CAFB Standards.pdf
PDF369 KBMay 8, 2026
AI Summary
The CAFB BASE STANDARDS document outlines comprehensive electrical, mechanical, and special construction requirements for projects within the base. The electrical standards cover exterior and interior systems, specifying voltage requirements, material quality, regulatory compliance (NFPA 70, IEEE C2), and detailed specifications for transformers, conduits, wiring, lighting fixtures (fluorescent, HID, LED), and emergency systems. Key electrical points include the privatization of the exterior electrical system, mandated high-efficiency motors, factory-applied paint for equipment, and specific grounding and bonding protocols.The mechanical standards detail requirements for equipment manufacturers, factory testing, warranties, underground piping (including tracer wire and burial depth), DDC control systems compatible with the existing Johnson Metasys EMCS, and various insulation standards for piping and ductwork. Specifics are provided for chilled/condenser water piping, pumps (emphasizing efficiency and VFDs), plumbing fixtures (water closets, urinals, lavatories), water heaters, boilers, chillers (with preferred refrigerants and manufacturers), cooling towers, air handling units, VAV terminal units, and unitary air conditioning equipment.The special construction section addresses lightning protection systems (NFPA 70, NFPA 780, UL 96/96A, AFI 32-1065 compliance, and third-party inspection), exterior and interior fire reporting systems (compatible with Monaco Base Wide System, addressable Class A interior systems), fire suppression systems (wet and dry pipe sprinklers, fire pumps per NFPA 20), and mass notification systems (UFC 4-021-01 compliant, integrated with fire alarm and PA systems). All HVAC projects require Test, Adjusting, and Balancing (TAB) by AABC or NEBB certified companies and commissioning by certified firms independent of other subcontractors, emphasizing sound design and operational verification.
EAL Form.pdf
PDF283 KBMay 8, 2026
AI Summary
The Columbus Air Force Base (AFB) Form, part of federal government RFPs, outlines the Entry Authorization List (EAL) process for accessing the installation. This form collects personal information under the Privacy Act to authorize entry for specific purposes, monitor visits, and validate authorized access. Disclosure of requested information is optional, but failure to provide it can result in denied entry. The form details instructions for sponsors, including submission requirements to the 14th Security Forces Squadron Visitors Control Center at least three duty days prior to an event. Sponsors are held responsible for the actions of their EAL guests and must notify the ECC upon event conclusion, certifying that all guests have departed. The document includes a sample EAL entry for a 'Repair Kiddie Pool Site Visit,' demonstrating the required information for personnel seeking entry, such as name, driver's license number, address, SSN, and date of birth.
Appendix A - Cost Breakdown.xlsx
Excel12 KBMay 8, 2026
AI Summary
The document, Appendix A for Solicitation Number FA302226R0002, titled "Repair Kidde Pool, B948" at Columbus Air Force Base, outlines the requirements for a Construction Price Proposal Breakdown. It serves as a guide for vendors to submit detailed cost proposals for construction projects, emphasizing the need for comprehensive and well-supported pricing. The proposal breakdown includes sections for vendor information, solicitation details, bonds and insurance, mobilization, architecture and engineering design (35%, 65%, 95%, and 100% design phases), material, equipment, labor, and miscellaneous charges such as Mississippi State Tax. Offerors are responsible for providing adequate supporting data to establish the reasonableness of proposed pricing, ensuring that the submitted information is current, complete, and accurate. The document also references the Statement of Work and Sections L and M of the solicitation for further requirements. The overall purpose is to assist government personnel in evaluating proposals and ensuring that the total project cost is properly reflected and justified.
Wage Determination.pdf
PDF29 KBMay 8, 2026
AI Summary
This document, General Decision Number MS20260045, outlines prevailing wage rates and fringe benefits for building construction projects in specific Mississippi counties, including Alcorn, Calhoun, Chickasaw, Choctaw, Clay, Lee, Lowndes, Monroe, Noxubee, Oktibbeha, Pontotoc, Prentiss, Tippah, Tishomingo, Union, Webster, and Winston. It details rates for various crafts such as Electrician, Ironworker, Plumber, Carpenter, Cement Mason, Elevator Mechanic, Laborer, Operator, Painter, Pipefitter, Sheet Metal Worker, and Truck Driver. The document also includes information on Executive Orders 13706 (Paid Sick Leave for Federal Contractors) and 13658 (Establishing a Minimum Wage for Contractors), which may apply to contracts subject to the Davis-Bacon Act. It provides guidance on how to add unlisted job classifications and explains the identifiers used for different types of wage rates (union, weighted union average, survey, and state adopted). Furthermore, it details the wage determination appeals process for interested parties to request review and reconsideration of decisions made by the Wage and Hour Division of the U.S. Department of Labor.
Form 66 EEPZ249376 Replace Radar Generator.xlsx
Excel84 KBMay 8, 2026
AI Summary
The AF Form 66 (Substitute) outlines material submittal requirements for Project No: EEPZ248376, "Replace Radar Generator, B2021," dated May 5, 2025. This document, relevant for federal government RFPs, specifies general, environmental, architectural, civil, mechanical, electrical, special systems, and other miscellaneous submittals. Key general submittals include work plans, as-built drawings, progress schedules, guarantees, warranties, and certificates of compliance. Environmental requirements detail SDS, hazardous waste reports, recycled material reports, storm water plans, state licenses for asbestos work, weekly inspection reports, and asbestos disposal manifests. The electrical section specifically lists submittals for the generator, automatic transfer switch, electrical components, day tank/fuel pump, and fuel storage tank. The document also includes a "Contractor Hazardous Materials Usage Tracking Form" with detailed instructions for reporting hazardous materials, requiring submission of an AF Form 3000 and a final revised report upon project completion. The project involves various components like exhaust fans and controllers for mechanical, and for other and miscellaneous items, an airfield waiver and equipment height on the airfield.
extract Kohler Raytheon EG Electrical.pdf
PDF6907 KBMay 8, 2026
AI Summary
This government file, J-20-1228 from The Energy Solutions Company, specifies components for the Raytheon DASR project in CT, focusing on a Kohler 100REOZJF Diesel Generator and a Kohler KBS-DMWA-0260S Transfer Switch. The generator provides 102.0kW, 128 KVA, 277/480 Volt, 153 Amps, 60 Hz, three-phase power with a 2-year warranty. It includes a 25-gallon day tank and a 100 KW load bank. The transfer switch is a Bypass/Isolation, Open Transition type, rated for 480 Volts/60Hz, 260 Amps, 4-pole, 4-wire with overlapping neutral, and housed in a NEMA 1 enclosure, also with a 2-year warranty. The document details the generator's John Deere engine, alternator specifications, cooling, fuel, and lubrication systems, and operational requirements including fuel consumption. It extensively describes the APM603 generator set controller's advanced control, monitoring, diagnostics, paralleling, and load management features, ensuring NFPA 110 Level 1 compliance. It also outlines various circuit breaker types (magnetic, thermal magnetic, electronic, LSIG), options, and specifications, along with battery and battery charger details, critical silencer, flexible exhaust connector, and voltage regulator information. The project includes a distributor start-up with NFPA 110 Load Test.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineJun 29, 2026
expiryArchive DateJul 14, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3022 14 CONS LGCA

Point of Contact

Name
Daniel Bermudez

Place of Performance

Columbus, Mississippi, UNITED STATES

Official Sources