CMSFS Lighting Inverters
ID: FA251725Q0038Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

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 contractors for the repair and maintenance of Harsh Environment Uninterruptible Power Supply (HEUPS) lighting inverters at Cheyenne Mountain Space Force Station (CMSFS). The project entails troubleshooting and repairing three nonfunctioning inverters, replacing batteries in all seven units, and reprogramming them to operate in both normal and emergency modes. This initiative is crucial for ensuring the reliability and operational readiness of electrical systems within a sensitive military environment. Interested parties must submit their quotes by April 18, 2025, and are encouraged to attend a site visit scheduled for April 4, 2025. For further inquiries, contractors can contact Theresa Green at theresa.green.7@spaceforce.mil or Devin Higgins at devin.higgins@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for repairing and upgrading the Harsh Environment Uninterruptible Power Supply (HEUPS) Lighting Inverters at the Cheyenne Mountain Space Force Station (CMSFS). The contractor is tasked with troubleshooting and fixing three nonfunctioning inverters, reprogramming all seven to switch from normal to emergency mode during power loss, and replacing batteries across all units. The contractor must adhere to federal and local regulations regarding materials handling, especially for hazardous substances, and ensure all operations comply with safety standards including OSHA regulations. Access to the restricted worksite requires proper authorization, and contractors must coordinate visitor requests and vehicle access in advance. The contractor is responsible for site maintenance, ensuring a clean working environment, and will provide reports on maintenance, operations, and system condition upon project completion. The PWS emphasizes the importance of thorough site investigation, responsibility in estimating work costs, and protecting government property during operations. Overall, this project showcases a structured approach to ensuring the reliability and safety of critical power supply systems at CMSFS.
    The United States Space Force is soliciting a contractor for the repair and maintenance of Harsh Environment Uninterruptible Power Supply Lighting Inverters at Cheyenne Mountain Space Force Station. The project involves troubleshooting and repairing three nonfunctioning inverters, reprogramming seven existing units, and replacing their batteries. Contractors are required to comply with federal, state, and base environmental regulations as well as safety standards during the execution of work. A site visit is scheduled for April 4, 2025, and quotes must be submitted no later than April 18, 2025. This solicitation is designated as a Small Business set-aside under the NAICS code 238210, with a firm fixed price intended for one contract award based on the lowest price technically acceptable approach. Offerors must meet specific criteria, including having an active registration with the System for Award Management (SAM) and providing a robust technical approach in their quotations to be eligible for contract award. Responses will be evaluated for compliance and competitive pricing, and any submissions exceeding page limits will not be considered. The project underscores the need for reliable power systems within military installations, reflecting the government's focus on operational readiness.
    The Performance Work Statement (PWS) outlines the repair and maintenance of Harsh Environment Uninterruptible Power Supply (HEU) lighting inverters at Cheyenne Mountain Space Force Station (CMSFS). The project involves the repair of two non-operational inverters, replacement of batteries in all seven inverters, and reprogramming for normal and emergency operational modes. Contractors must adhere to safety regulations, utilize licensed electricians with experience in UPS systems, and manage hazardous materials appropriately. Site access requires proper authorization, and contractors are responsible for the upkeep of a clean and safe work area, and for reporting any hazardous materials incidents. At project completion, the contractor is obligated to provide operation and maintenance documentation, detailed reports on system conditions, and updated AutoCAD drawings. This project reflects the government's emphasis on maintaining reliable power supply systems in critical environments while ensuring safety and compliance with federal standards. The work is limited to a specified timeframe and conducted under strict operational protocols due to the sensitive nature of the CMSFS location.
    Document FA251725Q0038 outlines federal government contracting requirements, specifically detailing clauses related to the acquisition of goods and services within various federal and defense sectors. It includes stipulations regarding compensation of former defense officials, whistleblower rights, anti-terrorism training, and the prohibition of certain telecommunications equipment. The document emphasizes compliance with the Buy American Act and addresses unique item identification systems for delivered goods, ensuring traceability and accountability. Key provisions include the requirement for contractors to submit electronic payment requests via the Wide Area Workflow (WAWF) system, and to provide unique item identifiers for items exceeding a unit acquisition cost of $5,000. The text stresses obligations related to subcontracting, item serialization, and reporting requirements, thereby reinforcing oversight and regulatory compliance. Overall, this document serves as a comprehensive guideline for contractors seeking to navigate federal and defense procurement processes, ensuring that they maintain adherence to established regulations and standards amidst evolving operational requirements.
    The government file primarily pertains to RFPs (Requests for Proposals), federal grants, and state/local RFP processes. Its structure is difficult to discern due to significant corruption in the text, which obscures the main topics and specific information. However, the overall focus appears to involve guidelines and procedures for applying for and managing federal and local funds aimed at various projects. Key aspects likely to be discussed include the methodologies for submitting proposals, eligibility requirements for various grants, procedural steps for evaluation by government agencies, and potential project areas that such funds might support. The file suggests an emphasis on compliance with regulations, proper documentation, and supportive measures for applicants to enhance their chances of securing funding. Despite extensive corruption, the underlying theme emphasizes the importance of navigating the intricate realm of government funding through properly formatted proposals and adherence to specific requirements. This reflects the overarching purpose of allowing entities to access financial resources necessary for various initiatives aligned with federal and local governmental priorities.
    The Department of the Air Force's United States Space Force has issued a combined synopsis and solicitation (FA2517-25-Q-0038) for the repair and maintenance of lighting inverters at Cheyenne Mountain Space Force Station (CMSFS). The project involves troubleshooting and repairing two nonfunctioning harsh environment uninterruptible power supply (HEUPS) lighting inverters, reprogramming seven HEUS, and replacing the associated batteries. Contractors must provide all necessary labor, materials, and comply with relevant regulations, including environmental and safety standards. A site visit is scheduled for April 4, 2025, and attendance is recommended but not mandatory for quote submission, which is due by April 18, 2025. The solicitation is a small business set-aside under NAICS code 238210. Quotes will be evaluated based on technical acceptability and price, with the government opting for a Firm Fixed Price (FFP) purchase order based on the lowest price technically acceptable (LPTA). Interested parties must be registered with the System for Award Management (SAM) and should submit all relevant information while ensuring their quotes comply with the solicitation requirements. The award process emphasizes compliance with specified criteria and may involve further evaluative steps to ensure fairness and reasonableness of pricing.
    The Performance Work Statement (PWS) outlines a contract with the 21st Civil Engineer Squadron for repairing and reprogramming the Lighting Inverters at Cheyenne Mountain Space Force Station. The contractor is tasked with repairing three faulty harsh environment uninterruptible power supply (HEUPS) inverters, replacing eight batteries in all seven units, and ensuring they function in both normal and emergency modes. The contractor must adhere to all safety and operational standards, utilizing licensed electricians experienced with Crucial Power Products' equipment. Moreover, the document emphasizes the importance of environmental safety, mandating that all hazardous materials be handled in compliance with federal, state, and local regulations. Access to the restricted worksite requires proper authorization, and all actions must adhere to safety protocols, including OSHA standards. At contract completion, the contractor is responsible for providing maintenance documentation, test results, and updated AutoCAD drawings as government property. This initiative reflects the government's commitment to ensuring electrical reliability and operational readiness within the sensitive military environment of CMSFS.
    The Performance Work Statement outlines the requirements for repairing and maintaining Harsh Environment Uninterruptible Power Supply (HEU) Lighting Inverters at Cheyenne Mountain Space Force Station. The contractor is tasked with troubleshooting two malfunctioning units, replacing batteries across all seven inverters, and reprogramming them for normal and emergency operation modes. Compliance with safety and environmental regulations is mandatory, including proper handling of hazardous materials and submission of necessary documentation, such as Safety Data Sheets and waste disposal procedures. Work must generally occur from 7:00 a.m. to 4:00 p.m., with strict access control to the restricted site. The contractor must ensure site cleanliness and protection of government property throughout the project. Finally, upon completion, the contractor is responsible for providing maintenance reports, operational documents, and relevant AutoCAD drawings, all of which remain the property of the U.S. Government. This comprehensive framework ensures the successful execution of critical maintenance tasks within a secure and regulated environment.
    The government is conducting market research through a Sources Sought Announcement for the repair and maintenance of Harsh Environment Uninterruptible Power Supply (HEU) Lighting Inverters at the Cheyenne Mountain Space Force Station in Colorado. The project requires the contractor to provide labor, tools, and materials to repair two out of seven HEU systems and replace batteries across all seven units, ensuring proper functionality in both normal and emergency modes. The anticipated release for the formal solicitation is set for Q2 of Fiscal Year 2025. Interested companies are asked to submit their responses, including company details, feedback on the proposed NAICS code, and capability statements reflecting their expertise in servicing the specified HEU model. They should also indicate their ability to source necessary parts and estimate the time required to provide a quote post-solicitation. Responses are due by March 14th, 2025. The announcement emphasizes that this is not a solicitation and the government is not liable for any costs incurred by respondents.
    Lifecycle
    Title
    Type
    CMSFS Lighting Inverters
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    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.
    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.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    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.
    HC-144 & HC-27J Inverter Repair
    Homeland Security, Department Of
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking proposals for the repair of inverters used in HC-144 and HC-27J aircraft through a combined synopsis/solicitation. This procurement aims to establish an Indefinite Delivery Requirements contract for a base period of one year, with two additional one-year option periods, ensuring the operational capability and safety of these critical aircraft components. The contract is justified as a sole-source award to Avionics Instruments, LLC, due to the proprietary nature of the inverters and the necessity for OEM-specific repairs to mitigate safety risks. Interested parties must submit their quotes by October 17, 2024, at 4:00 PM EST, and all inquiries should be directed to Stephanie O Reams at stephanie.o.reams@uscg.mil.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Lighting Upgrade for Hangar 2406
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a lighting upgrade project at Hangar 2406 located at Fort Eustis, Virginia. The objective of this procurement is to install a new power station in Hangar 2418 to support the electrical needs for MOS 15Y Training, addressing the current outdated electrical system that hampers training readiness. This project is crucial for ensuring a reliable power supply for training activities, thereby preventing disruptions and the need for student relocations. Interested parties must confirm their capability to perform the installation by December 17, 2025, at 12:00 PM CST, and can reach out to Jolene A. Granger at jolene.a.granger.civ@army.mil for further information.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.