CMSFS Lighting Inverters
ID: FA251725Q0038Type: 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)

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
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 10, 2025, 12:00 AM UTC
  3. 3
    Due Mar 14, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to repair and maintain Harsh Environment Uninterruptible Power Supply (HEUPS) lighting inverters at the Cheyenne Mountain Space Force Station (CMSFS) in Colorado. The project entails troubleshooting and repairing two nonfunctioning inverters, replacing batteries in all seven units, and reprogramming the systems to operate in both normal and emergency modes. This work is critical for ensuring the reliability and safety of power supply systems in a sensitive military environment. Interested small businesses must submit their quotes by April 18, 2025, following a recommended site visit on April 4, 2025, and can contact Theresa Green at theresa.green.7@spaceforce.mil or 719-556-1256 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Apr 9, 2025, 8:08 PM UTC
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.
Mar 10, 2025, 9:06 PM UTC
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.
Mar 10, 2025, 9:06 PM UTC
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
Combined Synopsis/Solicitation
CMSFS Lighting Inverters
Currently viewing
Sources Sought
Similar Opportunities
UPS replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the replacement of uninterruptible power supplies (UPS) at 12 sites managed by the 5th Contracting Squadron at Minot Air Force Base, North Dakota. The contractor will be responsible for removing existing UPS systems and providing new 9PXM UPS models along with all necessary components, ensuring compliance with established standards and regulations. This initiative is crucial for enhancing power reliability and operational readiness at the base, reflecting the government's commitment to engaging small businesses in federal procurement. Interested parties must submit their quotes by April 14, 2025, with inquiries directed to Colton Snyder at colton.snyder@us.af.mil or TSgt Bryon Mordhorst at bryon.mordhorst@us.af.mil by April 10, 2025.
UPS Maintenace and battery repair
Buyer not available
The Department of Defense, specifically the Maryland Air National Guard, is conducting a sources sought notice to identify qualified vendors for annual maintenance and battery replacement services for a UPS 9395 system (PWHR12540WFR). The objective is to gather market research to assess the capacity of firms to provide these essential services, which are critical for maintaining operational readiness and reliability of power distribution equipment. Interested organizations are encouraged to submit their contact information and tailored capability statements, demonstrating their ability to meet the requirements outlined in the notice. There is currently no solicitation available, and responses will inform whether the project will be set aside for small businesses or opened for full competition. For inquiries, interested parties may contact Michael Dombkiewicz at michael.dombkiewicz.2@us.af.mil or MSgt Brandon Council at brandon.council.7@us.af.mil.
Uninterruptable Power Supply (UPS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for the design, procurement, installation, testing, and commissioning of Uninterruptible Power Supply (UPS) systems at Al Udeid Air Base, Qatar. The project aims to provide reliable power protection for critical equipment within Buildings B5506 and B5507, with a construction magnitude estimated between $250,000 and $500,000. This initiative is essential for maintaining operational readiness and ensuring the integrity of mission-critical systems, emphasizing the need for compliance with rigorous safety and performance standards. Interested contractors must submit their proposals by April 17, 2025, with project completion expected by August 1, 2025. For further inquiries, contact Phillip Mott at phillip.mott@us.af.mil or Joseph Russell at joseph.russell.10@us.af.mil.
SXHT 12-1092 Repair Emergency Power SFS B1319
Buyer not available
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. This project aims to enhance the electrical load capacity at Facility 1319, which includes the installation of a new Automatic Transfer Switch (ATS) to ensure generator backup during power outages. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a magnitude between $500,000 and $1 million, with a performance period of 180 calendar days following the Notice to Proceed. 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.faulknerrussell@spaceforce.mil.
Removal of CRAC Unit at Cheyenne Mountain Space Force Station
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the removal of Computer Room Air-Conditioner (CRAC) 12 located at Cheyenne Mountain Space Force Station in Colorado. The project is a 100% Small Business Set-Aside under NAICS code 811310, focusing on the safe disconnection and removal of the unit while ensuring compliance with all relevant safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and infrastructure integrity at the facility. Interested vendors must submit their quotes by 12:00 PM MST on April 29, 2024, and are encouraged to attend a site visit on April 17, 2025, with pre-registration required. For further inquiries, contact Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
FTG247 Replace UPS at IDT1, Fort Greely, Alaska
Buyer not available
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.
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of power supply units under a firm-fixed-price contract. The procurement aims to ensure that the repaired units meet operational and functional requirements, adhering to specified quality standards and inspection protocols. These power supplies are critical components for various defense systems, emphasizing the importance of reliability and compliance in their repair processes. Interested vendors must submit their proposals by April 30, 2025, and can direct inquiries to Benjamin Speros at 717-605-5150 or via email at BENJAMIN.G.SPEROS.CIV@US.NAVY.MIL.
HPC-4K Power Supply (Upper & Lower) for VDATs Block 1
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to supply HPC-4K Power Supplies (upper and lower) for the VDATs Block 1 project, intended for the Electronics Maintenance Group at Robins Air Force Base in Warner Robins, Georgia. The procurement involves delivering a total of 20 power supply units, comprising 10 upper kits and 10 lower kits, with an estimated lead time of 12 months following order acceptance. These power supplies are crucial for maintaining operational capabilities and must comply with EPA and USDA environmental standards, along with a standard one-year warranty from the shipping date. Interested contractors, including both large and small businesses, are encouraged to submit their capabilities and past performance documentation by May 6, 2025, to the primary contact, Lisa Matney, at lisa.matney@us.af.mil or by phone at 478-926-0634.
POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement requires contractors to meet specific repair turnaround times (RTAT) of 70 days, with an emphasis on quality assurance and compliance with military standards throughout the repair process. These power supply units are critical components for various defense systems, and timely repairs are essential to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT details, by April 30, 2025, and can direct inquiries to Alison Harper at 717-605-4443 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL.