Lightning Protection Systems (LPS) Services & Repairs
ID: W911N226QA008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

EQUIPMENT AND MATERIALS TESTING- AMMUNITION AND EXPLOSIVES (H213)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Lightning Protection Systems (LPS) services and repairs at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The contract, valued at $12,500,000, requires comprehensive testing, repairs, and maintenance for various LPS components, including Earth Covered Magazines and explosive buildings, with a base period starting January 21, 2026, and extending through four optional years. This procurement is critical for ensuring the safety and operational readiness of military facilities, emphasizing the importance of reliable lightning protection systems. Interested contractors must submit their quotes by 1:00 PM ET on December 12, 2025, and can direct inquiries to Bobie J. Burkett at bobie.j.burkett.civ@army.mil or by phone at 717-267-5283.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation outlines the requirements for contractors, emphasizing registration in the System for Award Management (SAM), active annual representations and certifications, and the process for submitting questions to the Contracting Officer five days prior to closing. The Government intends to award contracts without discussions, urging quoters to submit their best prices initially. All amendments must be signed and submitted. Payments will be made via Electronic Funds Transfer (EFT) through Wide Area Work Flow (WAWF). Quotes must be firm for 60 calendar days. The contract type is specified in FAR Provision 52.216-1, with quantities for requirements contracts being estimated. This contract is 100% set-aside for small business concerns, with FOB Destination prices required. A Technical Point of Contact (TPOC) will be appointed at award. Wage determinations will be incorporated based on the contractor's facility. Contractors must maintain specific insurance coverage, including Workmen's Compensation, Comprehensive General Liability, and Comprehensive Automotive Liability. The document also details the AMC-Level Protest Program as an alternative dispute resolution forum.
    This Performance Work Statement (PWS) outlines the requirements for lightning protection system (LPS) service and repair at the Letterkenny Munitions Center (LEMC). The contractor will provide all necessary personnel, equipment, and materials to perform annual testing and routine repairs of integral, mast, and catenary LPS. The contract includes a one-year base period and four one-year option periods, starting January 21, 2026. Services will be performed Monday through Thursday, 0700-1530, excluding federal holidays. Key requirements include contractor employee identification, background checks, and adherence to specific security procedures for vehicle markings and thunderstorm stand-down protocols. Technicians must be trained according to DA PAM 385-64 and possess the skills to test LPS components, with a pass/fail threshold of 1 ohm of resistance. All active LPS at LEMC must be tested annually, and repairs, scheduled within 48 hours of deficiency reports, must meet specific resistance requirements and carry a 12-month warranty. The LEMC Contracts Manager (CM) or Technical Point of Contact (TPOC) will monitor performance, and all test and repair results must be documented and submitted within seven days of completion.
    The DD Form 1423-1 is a Contract Data Requirements List for federal government RFPs, specifically detailing the requirements for "Lightning Protection Systems Services & Repairs." The document outlines the need for contractors to provide
    The DD Form 1423-1, "Contract Data Requirements List (1 Data Item)", is a standard government form used for acquiring data items in federal contracts. This particular document details the requirements for "Lightning Protection Systems Services & Repairs" for Earth Covered Magazines (ECM), Explosive Buildings, and Loading Docks. The core of the requirement is the extensive testing of approximately 5000 test points every two years, documenting the results on government-provided forms (JMCN 3751-R and JMCN 3897-R) in accordance with DA Pam 385-64. Test reports, including results from 6314 ECM test points, 1240 explosive building air terminal points, 398 bonding check points, and tests on 29 different dock catenary systems, must be submitted electronically via email to the Contracts Manager and TPOC. The document also provides detailed instructions for completing the form for both government personnel and contractors, including definitions of data item price groups (Group I to Group IV) and guidance on estimating total prices for data deliverables. The overall purpose is to standardize data acquisition and ensure compliance and proper documentation for critical lightning protection system maintenance.
    The DD Form 1423-1,
    The document provides historical data on repair hours and parts costs across three government contracts: W911N223D0003, W911N219D0021, and W911N216C0008. These contracts cover fiscal years ranging from 2016-2017 to 2024-2025, detailing expenditures for base years and subsequent option years. Contract W911N223D0003 shows 1,026 repair hours and $158,505 in parts for FY 2022-2023, with projected lower hours and costs for FY 2023-2024 and FY 2024-2025. Contract W911N219D0021 details repair hours and parts costs increasing from FY 2019-2020 to FY 2021-2022. Contract W911N216C0008 shows a significant decrease in repair hours and parts costs from FY 2016-2017 to FY 2018-2019, with zero hours and costs in the final option year. This disclosure provides a historical overview of maintenance and repair expenditures for informational purposes.
    This government solicitation, W911N226QA008, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Lightning Protection System (LPS) services at Letterkenny Munitions Center. The contract, with a total award amount of USD 12,500,000.00, requires testing, repairs, labor, tools, and equipment for 907 Earth Covered Magazines, 30 air terminals on Explosive Buildings, and 29 Catenary Systems on docks. The base period runs from January 21, 2026, to January 20, 2027, with four one-year option periods extending to January 20, 2031. The contractor is responsible for transportation costs, and all work will be performed at Letterkenny Munitions Center in Chambersburg, PA. The solicitation includes various FAR and DFARS clauses, with specific instructions for electronic invoicing via Wide Area WorkFlow (WAWF).
    Similar Opportunities
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, requiring contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated project cost between $2 million and $5 million. The importance of this project lies in enhancing the safety and operational integrity of the medical center, which operates 24/7. Bids are due by December 17, 2025, at 9:00 AM local time, with a virtual bid opening at 10:00 AM local time, and interested bidders should contact Contracting Officer Stacy G Hoover at Stacy.Hoover2@va.gov for further information.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    Roof Fall Protection Systems Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Cat 5 Cable and Elec Cable
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement of electrical cables, including 500 units of Category 5 cable and additional electrical cable, for the Letterkenny Army Depot in Chambersburg, Pennsylvania. This requirement is set aside exclusively for small businesses under NAICS code 335929, and the award will be based on the best value to the Government, considering factors such as price, lead time, and compliance with specified part numbers. All items must be new, and quotations are due by 3:00 PM ET on Tuesday, December 9, 2025. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit their best prices initially, as the Government intends to award without discussions. For further inquiries, contact Natalie A. Carmack at natalie.a.carmack2.civ@army.mil or by phone at 717-267-8038.
    Vertical storage unit repair and maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes a three-year contract for annual preventative maintenance and repair of seventeen vertical carousels and twenty-four vertical lift modules, with a total estimated value of $12,500,000. This contract is critical for ensuring the operational efficiency and longevity of the storage systems, adhering to OEM recommendations and safety standards. Interested parties must submit their quotes by December 9, 2025, and can contact Michael Pitone at michael.f.pitone.civ@army.mil or Lawrence Mark at lawrence.r.mark2.civ@army.mil for further details.
    Electrical Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for electrical parts under solicitation number W519TC26QA041. The procurement focuses on various electrical components, including load centers, GFCI breakers, and load center hubs, with a total small business set-aside aimed at Women-Owned Small Businesses (WOSB). These electrical parts are critical for maintaining and enhancing the functionality of military facilities, ensuring compliance with safety and operational standards. Proposals are due by December 9, 2025, at 10:00 AM, and interested parties can contact Lynn Baker at lynn.d.baker8.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.