This government file, FA4626-26-R-0001, outlines the specifications for the "Repair Street Lights, Matador Manor" project (NZAS 22-0010). The project involves the removal and replacement of street lights, poles, and concrete bases, along with new electrical circuits, conduits, conductors, and disconnects, utilizing directional drilling for conduit installation. Key general requirements include adherence to OSHA safety standards, provision of all necessary contractor vehicles and equipment, maintenance of Air Force operations, and meticulous record-keeping through "As-Built Field Data" and equipment lists. The document also details stringent security protocols for base access and personnel identification, as well as comprehensive environmental protection measures covering air quality, water resources, storm water discharge, erosion control, and the handling of hazardous materials like asbestos. Contractors are responsible for obtaining permits, complying with all environmental regulations, and implementing a robust Quality Control Plan. The project emphasizes the importance of safety, environmental compliance, and detailed documentation throughout the construction process.
The document, Attachment 2 FA4626-26-R-0001, outlines the
Attachment 4, titled “SCHEDULE OF MATERIALS SUBMITTALS,” outlines the required submissions for project number NZAS 22-0010, “Repair Street Lights, Matador Manor,” with solicitation/contract number FA4626-26-R-0001. This document serves as a comprehensive checklist for contractors, detailing various types of submittals, including certifications, shop drawings, samples, manufacturer’s recommendations and warranties, catalog data, operating instructions, and notifications. Each item specifies the number of copies required and the submission deadline relative to project milestones (e.g., Prior to Final Inspection, After Contract Award, Prior to Starting Work). The schedule covers general requirements, environmental procedures (including permits, hazardous material forms, and waste documentation), cast-in-place concrete specifications, and extensive electrical work provisions, including roadway lighting and horizontal directional drilling. The document also provides a schedule of abbreviations to clarify submission dates. This attachment is crucial for ensuring compliance and proper documentation throughout the project lifecycle.
Attachment 6, titled “Controlled Unclassified Information (CUI),” outlines the requirements for past performance references within a federal government solicitation (FA4626-26-R-0001). This document, which becomes Source Selection Information upon completion, directs offerors to provide up to five recent and relevant past performance references. “Recent” is defined as projects completed or ongoing within the last five years, while “relevant” refers to projects with an identical scope to the solicitation requirements and a value of $350,000 or more. These references are crucial for evaluating an offeror's ability to perform the proposed effort and must be submitted by January 21, 2026, at 2:00 p.m. MST. The attachment includes a
This government solicitation outlines instructions and conditions for offerors submitting proposals for a firm-fixed-price contract, emphasizing past performance as significantly more important than price. Proposals must be submitted in two sections: Past Performance and Price/Required Documentation, both in paper and on a CD. Key submission requirements include adherence to page limits, specific formatting, and detailed past performance references from the last five years valued at $350,000 or more. The evaluation process involves assessing responsiveness, past performance relevancy and confidence, and price reasonableness. The government reserves the right to award without discussions and will retain unsuccessful proposals. Key contacts and submission deadlines are provided, along with details on debriefings and handling discrepancies.
The Contractor Entry Authorization List (CEAL) is a critical document for authorizing contractor access to Malmstrom Air Force Base (AFB), specifically for official duties related to the missile field or WSA. It details requirements for vetting personnel, including personal information, company affiliation, and access needs (DBIDS Badge, MAF/LF, WSA). The form requires verification from a contracting officer and project manager, and must be submitted at least five days prior to required access. It outlines contractor operating hours and specific entry points (10th Ave North Gate for vehicles). The CEAL also addresses drone reporting, contractor vehicle regulations, and the collection of DBIDS cards for departing employees. All information is considered personal and protected under the Air Force Privacy Act Program. The document serves as a supporting record for contractual obligations, ensuring that all personnel are properly vetted and trained according to DoD, AFI, and local policies.
The solicitation, FA462626R00010001, is a Request for Proposal (RFP) issued by FA4626 341 CONS LGC for the "Matador Manor Street Lights" project at Malmstrom AFB, MT. The project involves the removal and replacement of street lights, poles, concrete bases, and the installation of new electrical infrastructure, including circuits, conduits, conductors, and disconnects, with conduits installed via directional drilling. The NAICS code is 237130 with a small business size standard of $45,000,000.00, and the estimated magnitude is between $500,000.00 and $1,000,000.00. Offers are due by January 21, 2026, at 02:00 PM local time. A mandatory site visit will be held on January 8, 2026, at 1:00 PM MST. The contractor must commence work within 10 calendar days of receiving notice to proceed and complete the project within 180 calendar days. Liquidated damages for delay are $621.06 per calendar day. The solicitation includes clauses for small business set-asides, Buy American Act compliance, and electronic invoicing via Wide Area WorkFlow (WAWF).
This government document, Amendment of Solicitation/Modification of Contract FA462626R00010001, outlines changes to a federal solicitation or contract. The primary purpose of this amendment is to add a CLIN (Contract Line Item Number) structure to Section B, which details supplies or services and their prices or costs. The amendment introduces five new line items: Mobilization, Bonding and Taxes, Sidewalk Removal and Replacement, Unidentified Utility Crossings, and Streetlight Repair. Each line item specifies the service, quantity, unit, and pricing arrangement (Firm Fixed Price). Additionally, the document updates Sections E (Inspection and Acceptance) and F (Deliveries or Performance) by adding specific inspection and acceptance locations, points of contact, and delivery information for each new line item. The place of performance for all line items is Malmstrom AFB, MT, with a delivery timeframe of 180 calendar days from the date of Notice to Proceed Receipt to completion. All other terms and conditions of the original document remain unchanged.
The Department of the Air Force's 341st Contracting Squadron is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom AFB, MT, including new circuits, conduits, conductors, and connections to existing transformers. This is a Sources Sought notice, contemplating a single, firm-fixed price contract with an estimated value between $500,000 and $1,000,000. The acquisition is a 100% Small Business set-aside under NAICS code 237130, with a size standard of $45,000,000. The government is specifically looking for small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) to act as prime contractors. Interested companies must submit their name, state/township of business, small business status, and Cage Code/UIE by December 9, 2025, to 1st Lt Alessandra Ramirez.
The Department of the Air Force, Headquarters 341st Missile Wing (AFGSC), issued a synopsis for the "Matador Manor Streetlights" project. This is a firm-fixed price contract for the removal and replacement of streetlights, poles, concrete bases, and the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers at Malmstrom AFB, MT. Conduits will be installed via directional drilling. The solicitation, numbered FA4626-26-R-0001, is classified under NAICS code 237130 (Power and Communication Line and Related Structures Construction) and is a 100% Small Business set-aside. The Request for Proposal (RFP) will be available around December 16, 2025, and is expected to close on or about January 21, 2026. The Period of Performance is 180 days after the Notice to Proceed. The contract's magnitude is estimated between $500,000.00 and $1,000,000.00. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award, and the RFP will only be accessible electronically via SAM.