ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Matador Manor Streetlights

DEPT OF DEFENSE FA4626-26-R-0001
Response Deadline
Jan 21, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Matador Manor Streetlights project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of street lights, poles, and concrete bases, along with the installation of new electrical circuits, conduits, and connections to existing transformers, utilizing directional drilling for conduit installation. This procurement is crucial for enhancing the base's infrastructure and ensuring safety and operational efficiency. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, following a mandatory site visit on January 8, 2026. The estimated project value ranges from $500,000 to $1 million, and potential contractors can contact Lt. Alessandra Ramirez or Cody Babinecz for further information.

Classification Codes

NAICS Code
237130
Power and Communication Line and Related Structures Construction
PSC Code
Z2NZ
REPAIR OR ALTERATION OF OTHER UTILITIES

Solicitation Documents

20 Files
Sources Sought.pdf
PDF138 KB11/24/2025
AI Summary
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.
Synopsis.pdf
PDF116 KB12/11/2025
AI Summary
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.
Solicitation Amendment - FA462626R00010001.pdf
PDF1666 KB1/16/2026
AI Summary
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).
Solicitation Amendment FA462626R00010001 SF 30.pdf
PDF1369 KB1/16/2026
AI Summary
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.
7_Sections L and M.pdf
PDF203 KB1/13/2026
AI Summary
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.
2_Schedule of Drawings.pdf
PDF120 KB1/16/2026
AI Summary
The document, Attachment 2 FA4626-26-R-0001, outlines the
8_CEAL.xlsx
Excel77 KB1/16/2026
AI Summary
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.
6_Past Performance Reference Sheet.pdf
PDF263 KB1/16/2026
AI Summary
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
1_Specs Combined.pdf
PDF973 KB1/13/2026
AI Summary
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.
5_WD MT20250066 (12 Dec 25).pdf
PDF203 KB1/13/2026
AI Summary
No AI summary available for this file.
9_Matador Manor Streetlights QA (16Jan26).pdf
PDF88 KB1/16/2026
AI Summary
The document addresses questions and clarifications for the Matador Manor Streetlights project (FA4626-26-R-0001), outlining specific requirements and contractor responsibilities. Key clarifications include the use of reinforced concrete lids for pull boxes and 5/8-inch by 8-foot ground rods. The contract duration is 180 calendar days, commencing with a Notice to Proceed after award. Contractors are responsible for installing power from transformers to disconnects via 3/4-inch conduit, potentially through existing block-outs or enclosure sides, without transformer removal. Fence removal for access requires 10 days' notice. Underground conduit in pole foundations must be Schedule 80 PVC, transitioning to HDPE. Salvaged poles are to be delivered to an on-base storage yard, while other items are for contractor disposal. The contractor is responsible for disconnecting existing lights, locating non-government utilities via 811, and ensuring all electrical work is performed by a licensed electrician. No metered electrical services are required. Normal working hours are M-F, 7 am-5 pm, with no exceptions for extended weekday hours. The government will assist with digging permits. Concrete strength and slump tests are required for 1 in 5 deliveries. A professional engineer's stamp for a boring plan is not required; drilling logs suffice. Compression connections are acceptable for ground rod conductors. Neither warning tape nor tracer wire is required for conduits.
Solicitation Amendment - FA462626R00010002.pdf
PDF1667 KB1/16/2026
AI Summary
This government solicitation (FA462626R00010002) is a Request for Proposal (RFP) for the "Matador Manor Street Lights" project at Malmstrom AFB, MT. The project involves the removal and replacement of all street lights, poles, and concrete bases, including new circuits, conduits, conductors, disconnects on pedestals, and connections to existing transformers, with conduits installed via directional drilling. The NAICS code is 237130 (Construction) with a small business size standard of $45,000,000.00 and an estimated project magnitude of $500,000.00 to $1,000,000.00. Key dates include a site visit on January 8, 2026, and offers due by 02:00 PM on January 21, 2026. Performance is required to commence within 10 calendar days of receiving a notice to proceed and be completed within 180 calendar days. Liquidated damages for delays are set at $621.06 per calendar day. The contract includes provisions for progress payments, a Buy American clause for construction materials with specific domestic content requirements, and a Limitations on Subcontracting clause for general construction (up to 85% to non-similarly situated entities). Electronic submission of payment requests via Wide Area WorkFlow (WAWF) is mandatory.
Solicitation Amendment FA462626R00010002 SF 30.pdf
PDF1353 KB1/16/2026
AI Summary
This document, Amendment/Modification Number FA462626R00010002 to Solicitation Number FA462626R0001, issued on January 13, 2026, by FA4626 341 CONS LGC at Malmstrom AFB, MT, outlines several revisions to a federal government Request for Proposal (RFP). The purpose of this amendment is to update Attachment 1: Combined Specifications, revise Attachment 5: Wage Determination to MT20260066, update Attachment 7: Section L and M, and add Attachment 9: Matador Manor Streetlights Q&A. This modification extends the offer receipt deadline and requires acknowledgement from offerors. The document also provides contact information for Alessandra Ramirez and Cody Babinecz, and notes that all other terms and conditions of the original solicitation remain unchanged.
1_Specs Combined (13Jan26).pdf
PDF1031 KB1/16/2026
AI Summary
This government file, Attachment 1 FA4626-26-R-0001, details the specifications for the "Repair Street Lights, Matador Manor" project (Project Number NZAS 22-0010). The project involves the removal and replacement of street lights, poles, and concrete bases, along with the installation of new electrical circuits, conduits, conductors, and disconnects. Key requirements include adherence to general requirements (Division 1), extensive electrical work (Division 26), earthwork (Division 31), exterior improvements (Division 32), and utilities (Division 33) including horizontal directional drilling. The document outlines stringent protocols for safety, environmental protection, quality control, utility coordination, and contractor responsibilities. Specific sections address employee identification, force protection, anti-terrorism training, air quality, water resource management, erosion control, and handling of toxics. Contractors must submit detailed plans, obtain permits, and ensure compliance with federal, state, and local regulations, including OSHA and EPA standards. The project emphasizes the importance of as-built documentation, strict inspection procedures, and maintaining continuous government operations.
9_Matador Manor Streetlights QA.pdf
PDF88 KB1/16/2026
AI Summary
The document, an amendment to RFP FA4626-26-R-0001 for Matador Manor Streetlights, addresses two key clarifications regarding discrepancies between drawing details and specification sections. The first clarification concerns pull boxes, specifying that they should be installed with a reinforced concrete lid, overriding a previous mention of a steel cover in the specifications. The second clarification pertains to ground rod size, confirming that a 5/8-inch x 8-ft copper-clad ground rod should be installed, differing from a 3/4-inch x 10-inch rod previously stated in the specifications. Both clarifications refer to an updated Attachment 1 for revised details. This amendment aims to resolve conflicting information within the RFP, ensuring clarity and consistency for bidders.
5_WD MT20260066 (02Jan26).pdf
PDF236 KB1/16/2026
AI Summary
The document outlines a federal government Request for Proposal (RFP) process, focusing on detailed requirements for a solicitation. It covers administrative procedures, including proposal submission, evaluation criteria, and contractual obligations. The file emphasizes adherence to federal acquisition regulations, outlining sections for technical specifications, pricing, and terms and conditions. It also details compliance requirements, certifications, and clauses related to government contracting. The RFP's structure guides potential bidders through the submission process, ensuring all necessary documentation and technical details are provided for a comprehensive evaluation. The document highlights the importance of clear communication and adherence to all specified guidelines for successful participation in the federal procurement opportunity.
7_Sections L and M - Revised (13Jan26).pdf
PDF201 KB1/16/2026
AI Summary
This document outlines instructions and conditions for submitting proposals for a competitive best-value tradeoff source selection, where past performance is significantly more important than price. Offerors must submit proposals electronically, organized into two sections: Past Performance (40-page limit) and Price/Required Documentation (unlimited pages). Proposals must be clear, concise, and compliant with all solicitation requirements. Key submission deadlines include questions by January 13, 2026, at 2:00 PM MST, and proposals by January 21, 2026, at 2:00 PM MST. The evaluation process assesses responsiveness, past performance relevancy and confidence, and price reasonableness. Past performance references must be recent (within five years) and relevant (scope and value over $350,000). The government reserves the right to award without discussions and may consider information from various sources to evaluate past performance.
Matador Manor Site Visit Sign In_08Jan26.pdf
PDF35 KB1/16/2026
AI Summary
The document is a sign-in sheet for a meeting related to the FA4626-26-R-0001 Matador Manor Streetlights project. It lists attendees from various organizations, including construction, electric, and control companies, indicating a pre-proposal conference or a similar gathering for potential contractors or interested parties. The project number suggests a federal government Request for Proposal (RFP) for street lighting infrastructure. The attendees' affiliations highlight the collaborative effort required for such a project, involving multiple specialized contractors. This sign-in sheet serves as a record of participation for a government contracting opportunity.
3_Drawings.pdf
PDF10191 KB1/16/2026
AI Summary
The document,
4_Submittal Schedule.pdf
PDF665 KB1/16/2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 24, 2025
amendedAmendment #1Jan 8, 2026
amendedAmendment #2· Description UpdatedJan 13, 2026
amendedLatest AmendmentJan 16, 2026
deadlineResponse DeadlineJan 21, 2026
expiryArchive DateFeb 5, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4626 341 CONS LGC

Point of Contact

Name
Lt Alessandra Ramirez

Place of Performance

Malmstrom AFB, Montana, UNITED STATES

Official Sources