Matador Manor Streetlights
ID: FA4626-26-R-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

REPAIR OR ALTERATION OF OTHER UTILITIES (Z2NZ)

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 soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.

    Files
    Title
    Posted
    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
    The document,
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Demo Buildings 1879, 29001, 29002
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Buildings 1879, 29001, and 29002 at Malmstrom Air Force Base in Montana. The project requires contractors to provide all necessary labor, materials, and equipment to complete the demolition in accordance with UFC specifications, including utility disconnections, site restoration, and hazardous material management. This procurement is significant as it involves compliance with environmental regulations and safety standards, with an estimated contract value between $250,000 and $500,000. Interested small businesses must submit their proposals by December 29, 2025, at 2:00 PM MST, and can direct inquiries to Jillian Urick at jillian.urick@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Dept Of Defense
    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 lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and associated electrical infrastructure, while also repaving a section of the main runway. The importance of this project lies in enhancing the operational capabilities and safety of the airfield, which must remain functional throughout the construction phases. Interested contractors should note that the estimated construction magnitude is between $25 million and $100 million, with proposals due by February 4, 2026, at 2:00 PM EST. For further inquiries, contact Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at Nicholas.P.Emanuel@usace.army.mil.
    Fuels Management Services at Malmstrom Air Force Base, MT and FE Warren Air Force Base, WY
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for fuels management services at Malmstrom Air Force Base in Montana and FE Warren Air Force Base in Wyoming. The procurement aims to secure bulk storage services, retail service station support, and comprehensive fuels management operations at two Government-Owned, Contractor-Operated (GOCO) facilities, ensuring safe and efficient handling of petroleum products while adhering to environmental and safety regulations. This opportunity is exclusively set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with the RFP anticipated to be released on February 26, 2026, and proposals due approximately 40 days thereafter. Interested firms should contact Carlos J. Vidro Martinez or Sonja Rocks for further information and must be registered in the System for Award Management (SAM) to submit proposals.
    IT Infrastructure for Former DOE Buildings
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the IT Infrastructure project at former Department of Energy buildings located at Kirtland Air Force Base in New Mexico. The project entails the removal and replacement of existing telecommunications cables and equipment with CAT6 cabling, installation of vertical cable raceways, and ensuring compliance with KAFB Comm Standards, as well as extensive testing and documentation of the installed infrastructure. This procurement is crucial for establishing a reliable telecommunications network that connects multiple buildings to the Department of Defense network, enhancing operational capabilities. The anticipated contract value is between $500,000 and $1 million, with the solicitation expected to be posted on or around January 2, 2026. Interested parties should contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil for further information.
    Industry Day - Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Construction Projects
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is hosting an Industry Day for the Malmstrom Air Force Base Sentinel Ground Based Strategic Deterrent (GBSD) Construction Projects. This event aims to provide industry partners with essential information about the Sentinel Program, gather feedback, and enhance communication between the government and industry stakeholders. The Industry Day will take place on January 13, 2026, from 9:00 AM to 12:00 PM PST at the Brockey Student Center, South Seattle College, with a maximum capacity of 120 attendees. Interested vendors, including small and large businesses, must register by December 29, 2025, or when capacity is reached, and can find registration details through the provided link. For further inquiries, attendees may contact Kyla Couch or Andrea Jackson via their respective emails.
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Maxwell AFB - Airfield Repairs - Amendment 0005
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama, under Solicitation FA330026R0003. The project encompasses various tasks, including pavement pressure washing, markings replacement, sinkhole repair, and PCC pavement repair, with a completion timeline of 120 calendar days following the Notice to Proceed. This initiative is crucial for maintaining the operational integrity and safety of the airfield, ensuring compliance with established standards for airfield markings and repairs. Interested small businesses must submit their proposals by January 9, 2026, at 1:00 PM CST, and can direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil. The estimated project cost ranges between $250,000 and $500,000, with a 100% small business set-aside.