FA448425R0006 Solicitation for Electrical Systems-Inspections, Testing, Construction, Maintenance and Repairs
ID: FA4484Type: Solicitation
3 AwardsApr 23, 2025
$12.3M$12,280,398
AwardeeK2 CONTRACTING GROUP LLC Wrightstown NJ 08562 USA
Award #:FA448425C0002
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

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 an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on electrical systems inspections, testing, construction, maintenance, and repairs at Joint Base McGuire-Dix-Lakehurst (JB-MDL) in New Jersey. The contract encompasses a base year with four optional years and a potential six-month extension, targeting a minimum of three awards to qualified small businesses. This procurement is crucial for maintaining and enhancing the electrical infrastructure at the base, ensuring operational readiness and compliance with safety standards. Interested contractors must submit their proposals electronically by May 28, 2025, and can direct inquiries to Sean A. Burney at sean.burney.1@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Joint Base McGuire-Dix-Lakehurst (JBMDL) is issuing an Indefinite Delivery Indefinite Quantity (IDIQ) contract for electrical services through a detailed Statement of Work prepared by the 787th Civil Engineer Squadron. This IDIQ contract encompasses a wide range of services, including inspection, testing, troubleshooting, constructing, and maintaining various electrical systems, such as medium voltage distribution, interior and exterior lighting, and fire alarm systems. Ensure adherence to stringent safety, quality control, and government standards across all tasks. Projects will be defined by individual Task Orders, emphasizing compliance with existing regulations and local utility requirements. Contractors must submit detailed proposals, including schedules and cost breakdowns, and attend mandatory site visits to familiarize themselves with existing conditions. The contract underscores the importance of communication with the government for utility outages and precautions around excavation work. A strong emphasis is placed on safety, quality assurance, and closing adherence to environmental regulations, ensuring all work meets stipulated performance and approval standards. Any unforeseen issues must be addressed promptly, with clear guidelines for documentation throughout the project lifecycle. This initiative aims to enhance JBMDL's electrical infrastructure while ensuring operational efficiency and safety.
    The document outlines the ordering procedures for Task Order Request for Proposals (TORFPs) in government contracting. Key aspects include the issuance of TORFPs by the Contracting Officer (CO) detailing project requirements, evaluation methods, and mandatory site visits. Contractors must respond with Task Order Proposals that provide a price proposal and a Schedule of Values following the Construction Specifications Institute format, which breaks down costs among major work segments. Response timelines vary: a normal requirement allows a maximum of 21 calendar days, while a quick requirement allows 7 calendar days, both subject to CO discretion. Site visits will occur to clarify scope and assess existing conditions, with detailed questions on the site to be submitted within five days post-visit. The CO will finalize the scope by amending the TORFP based on these inquiries. The document reinforces the structured approach essential for effective project management in government contracts.
    The document outlines a request for proposals (RFP) related to the repair and upgrade of primary pad-mounted switchgear at SUSTATION 3, requiring contractor participation to deliver various electrical services. The project encompasses multiple line items (CLINS), including labor, equipment, materials, testing, programming, and necessary excavation and backfill work. The primary tasks involve replacement of existing switchgear units, the establishment of new concrete pads and ground loops, and updating the network diagrams for the distribution system to reflect repair work. Specific bid options for additional switchgear units are also addressed, detailing similar requirements for repairs and testing. Significant considerations for contractors involve the potential need for excavation and remediation of unidentified utilities or structures discovered during the project. Overall, this RFP serves as a guide for contractors to provide compliant and comprehensive proposals aligned with government specifications and project schedules, aiming to ensure the reliable operation of electrical infrastructure.
    The document outlines the medical care policy for contract employees at the 87th Medical Treatment Facility. It states that urgent health care will be provided for contract employees facing injuries while on duty, ensuring lifesaving and pain-relieving treatment. However, the costs incurred for such medical care are the responsibility of the contract employee and will not be covered by the Air Force or the Government. If a contract employee cannot pay at the time of discharge, a billing statement and letter of indebtedness will be issued, and an accounts receivable record will be created. Timely notification to their medical insurance is required from the contract employee to facilitate potential payments. Importantly, outpatient care received during a natural disaster is exempt from charges. The document emphasizes the financial responsibilities of contract employees regarding medical treatment access while clearly defining the procedure for handling medical billing and insurance communication.
    The file in question appears to be a restricted PDF document, making its content inaccessible for analysis. However, the context suggests it relates to federal government RFPs (Requests for Proposals) and grants, as well as relevant state and local RFPs. Such documents are typically structured to outline funding opportunities for various projects, requiring detailed proposals from eligible organizations or entities. RFPs usually contain essential information such as eligibility criteria, project objectives, budget limits, timelines, and submission guidelines. Given the context, the purpose of this document likely revolves around soliciting proposals for specific projects or initiatives that align with government priorities, thus enabling the allocation of federal and state resources. This process aims to encourage innovation, enhance public services, and ensure compliance with regulations and standards. A deeper examination of the content in a compatible format would provide further clarity on specific programs or funding available. As it stands, an understanding of its role within government contracting processes is clear, but direct insights from the document remain unattainable due to its protected status.
    The document outlines the Electrical One Line Schematic and Electrical Layout for the primary electrical distribution system at the Joint Base McGuire-Dix-Lakehurst in Wrightstown, New Jersey, under Project MCGU-09-F-2889 and Contract FA8903-08-D-8766 from the Department of Air Force's Air Mobility Command. It includes detailed schematics for substations and electrical infrastructure, highlighting various components such as transformers, substations, road layouts, and fire training facilities. The document serves as a technical reference for contractors involved in federal projects, ensuring standard compliance and safety measures in the installation and maintenance of electrical systems. Furthermore, it emphasizes adherence to relevant guidelines and the integration of multiple systems across the base, reflecting the commitment to reliable and efficient utility management in a military setting.
    The government document outlines several federal and state RFPs (Requests for Proposals) and grants aimed at addressing various community needs. The core focus includes initiatives for environmental sustainability, public health improvements, and infrastructural development. Key proposals emphasize partnership opportunities between government agencies and local organizations for effective planning and execution. Notable projects involve funding for community health programs, educational reforms, and transportation improvements, with an emphasis on accessibility and inclusivity. Each RFP specifies required qualifications for vendors, deadlines for submissions, and evaluation criteria to ensure transparency and fair competition. Additionally, the document highlights the importance of adhering to federal guidelines and encourages collaboration among local and state entities to maximize resource utilization. By fostering engagement and support from diverse stakeholders, these initiatives aim to strengthen community resilience and enhance overall quality of life. The overall purpose is to solicit proposals that align with government objectives and address pressing community issues while ensuring fiscal responsibility and accountability.
    The document outlines a federal grant proposal aimed at enhancing local community resilience through sustainable practices. It emphasizes the need for funding to develop programs focused on environmental education, community engagement, and disaster preparedness. The key objectives include promoting renewable energy, supporting local ecosystems, and fostering partnerships between government entities and community organizations. It details the expected outcomes, such as reduced environmental impact, increased public awareness, and improved infrastructure readiness. Additionally, the proposal highlights the importance of measurable metrics to evaluate program effectiveness. By addressing critical issues like climate change and public safety, the initiative aims to empower communities, ensuring they are better equipped to face future challenges. Overall, the document serves as a call to action for stakeholders to invest in sustainable community development, reflecting the federal government's commitment to resilience and environmental stewardship.
    The document outlines a federal funding opportunity focusing on supporting community-based projects that enhance educational access and equity for underserved populations. The initiative encourages local organizations, schools, and nonprofit entities to apply for grants aimed at innovative educational programs and outreach efforts. Key elements include the requirement for applicants to demonstrate collaboration with community stakeholders, the importance of data-driven strategies, and the need for sustainability plans post-funding. Additionally, the application process emphasizes clear objectives, measurable outcomes, and adherence to federal guidelines. This funding opportunity reflects the government’s commitment to fostering inclusive education and reducing disparities, promoting proactive solutions to address systemic barriers faced by marginalized groups. Overall, the document serves as a comprehensive guide for stakeholders seeking federal support to advance educational equity in their communities.
    The government document outlines a Request for Proposals (RFP) aimed at enhancing community engagement through digital platforms. This initiative recognizes the growing importance of effective communication between government and constituents, particularly in the wake of the COVID-19 pandemic. The RFP seeks innovative solutions to improve accessibility and responsiveness in public services, with particular emphasis on outreach to underserved populations. Key objectives include developing a user-friendly platform that facilitates two-way communication and feedback, ensuring that the technology meets diverse community needs. Additionally, the proposal stresses the need for integration with existing governmental systems to maximize resource efficiency. Proponents are encouraged to incorporate strategies for data security and privacy to protect user information. The document also outlines evaluation criteria for proposals, prioritizing approaches that demonstrate sustainability and scalability. It aims to secure partnerships with organizations, promising a collaborative environment for sharing best practices and improving civic engagement. This RFP reflects a proactive approach to governance by embracing technology to foster stronger community ties, ensuring public services are aligned with evolving citizen expectations.
    The purpose of this Statement of Work (SOW) is to outline the requirements for the repair and replacement of selected pad-mounted switchgear in the Sub3 Area at Joint Base McGuire-Dix-Lakehurst, New Jersey. The contractor is responsible for providing labor, materials, and equipment to inspect, test, maintain, and repair electrical systems within a 540-day timeframe. All work must comply with applicable standards and regulations, ensuring safety and quality. Key activities include site visits to verify existing conditions, scheduling work to minimize service disruptions, and conducting electrical shutdowns during off-hours. Contractors must coordinate with government personnel, ensuring all personnel have proper base entry credentials and comply with security protocols. The project entails the demolition of existing switchgear, installation of new equipment, and ground loops, including comprehensive testing of systems to assure functionality. The use of S&C Electric Company Vista SF6 insulated switchgear is specified, detailing features and installation requirements. Overall, the SOW establishes a comprehensive framework for the contractor's responsibilities, compliance with specific standards, and the execution of quality assurance during the repair and installation processes at the base.
    The document outlines references to specific federal and state procurement codes or identifiers associated with various government-related procurement processes. The repeated mention of codes like SCA1, SCB1, SCFDRE1, and SW2919 suggests a focus on distinct categories or types of requests for proposals (RFPs) and grants. Each code likely relates to different sectors or project types within the framework of federal and state-level solicitations. This redundancy may indicate ongoing or multiple initiatives in procurement aimed at soliciting bids or proposals for government-funded projects. The document's structure lacks detailed context or content, focusing solely on the identifiers, possibly intended for internal reference or categorization of active and forthcoming procurement opportunities relevant to agencies. Clarifying the specific nature of each identifier would enhance understanding of the associated projects and their objectives within the government RFP landscape.
    The document outlines compliance requirements for the PTFL2024 project, focusing on the repair of selected pad-mounted switchgear at MAFB. It delineates various submittals necessary from the contractor, including a Quality Assurance Plan, project schedules, and real property records. Each submission is accompanied by its required timeline relative to the Notice to Proceed (NTP) or project completion. Key submissions include the monthly project schedule, electrical systems identification, and as-built drawings, which need to be provided at specified project milestones. Emphasis is placed on the completion of necessary documentation before the final payment, underscoring the meticulous nature of the project’s oversight. This structured approach ensures that all aspects of the project adhere to federal compliance standards, aiding in effective project management and accountability.
    The document serves as a Past Performance Questionnaire for evaluating a firm considered for an Indefinite Quantity Indefinite Delivery (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst, New Jersey. The purpose is to collect feedback on the past performance of the contractor in areas relevant to the potential contract, such as performance quality, management effectiveness, timeliness, and overall satisfaction with the contractor's services. The questionnaire requests specific information, including the offeror’s details, contract information, and performance ratings on a scale of 1 to 5, ranging from exceptional to unsatisfactory. It also prompts specific questions regarding any prior issues like contract terminations or poor performance notifications. Respondents are encouraged to provide comments justifying the ratings for clarity. The successful completion of this questionnaire is vital for assessing the contractor’s reliability and capability, contributing to informed decision-making in awarding federal contracts, which aligns with government standards and regulations surrounding RFPs and grants.
    The document discusses guidelines and requirements relevant to requests for proposals (RFPs) and grants at both federal and state/local levels. It emphasizes the importance of presenting clear and detailed project narratives, budgeting specifications, and compliance with applicable regulations to ensure effective submission and successful funding outcomes. Key sections address the evaluation criteria for proposals, which include project feasibility, potential impact, and alignment with governmental priorities. Additionally, the document outlines the submission process, deadlines, and necessary documentation to facilitate review and approval by evaluators. It also notes the significance of adhering to established standards and legislation relevant to grant allocations, thereby reinforcing transparency and accountability in the funding process. This comprehensive guidance serves as a resource for applicants seeking to navigate the complexities of federal and state/local RFPs and grants, fostering well-structured proposals that meet the outlined expectations.
    The solicitation outlines the Federal Government's intent to award a multiple award task order contract for construction services at Joint Base McGuire-Dix-Lakehurst (JBMDL), covering one base year and four optional years, with potential extensions. It requires all proposals to be submitted electronically, emphasizing compliance with solicitation requirements, including terms, conditions, and technical specifications. Collaborating entities must submit joint venture or teaming agreements alongside proposals, detailing responsibilities and agreements between parties. Past performance on relevant contracts and the provision of performance bonds are critical evaluation factors. The proposal must be divided into three volumes: contract documents, past performance, and price, with clear formatting and content requirements outlined. All submissions must be complete, coherent, and adhere strictly to predefined limits and guidelines. This RFP reiterates the Government's commitment to transparency, competition, and thorough evaluation processes, ensuring that all interested contractors understand the extensive prerequisites necessary for submitting a qualified proposal for construction services at JBMDL. Compliance is essential for eligibility and award consideration.
    This solicitation outlines the federal government's Request for Proposals (RFP) for construction services related to a multiple award task order contract for electrical work at Joint Base McGuire-Dix-Lakehurst (JBMDL) for fiscal year 2025. The contract consists of a base year and four one-year options, with a potential additional six-month extension. The government plans to award contracts to a target of three vendors. Proposals must be submitted electronically, with strict compliance to requirements indicated in the solicitation, including past performance evaluations, price proposals, and supporting documentation. Key points include the necessity for joint venture and teaming agreements if applicable, and the protocols for submitting questions and clarifications to the contracting officer. Proposals will be evaluated based on past performance, with a strong emphasis placed on this factor compared to price. The evaluation process will utilize a best value tradeoff strategy, considering both the quality of past work and the proposed costs. Successful bidders must also demonstrate responsible financial capability and adherence to the requirements of federal regulations. The RFP highlights the importance of compliance and thoroughness in proposals to avoid disqualification.
    The document outlines the environmental compliance obligations for contractors bidding on projects associated with the Air Force. It emphasizes that offerors must adhere to all relevant federal, state, and local environmental laws, particularly those affecting Air Force activities or properties. The Air Force is proactive in investigating environmental violations and works alongside civil authorities to enforce compliance and remediate issues. Noncompliance may lead to serious consequences for contractors, including criminal and civil penalties, and potential sanctions such as contract termination, suspension, debarment, or unfavorable assessments regarding past performance. The text underscores the importance of environmental regulations in federal contracting and emphasizes the need for contractors to maintain adherence throughout their operations.
    The Antiterrorism Guide for Contractors, published by the Department of the Air Force on February 1, 2022, outlines essential directives for contractors operating at Joint Base McGuire-Dix-Lakehurst (JB MDL). The primary focus is on ensuring the safety and security of personnel, installations, and resources against potential terrorist threats. Contractors and their personnel are required to understand and comply with Department of Defense (DoD) antiterrorism standards, including participation in mandatory Antiterrorism Level I Training. The guide emphasizes the importance of vigilance through the “See Something-Say Something” initiative, encouraging reporting of suspicious activities via established hotlines and contact points. Details of what constitutes suspicious activity, including surveillance, elicitation of information, and preparations for a terrorist act are outlined, alongside specific actions to take when such incidents are observed. Force Protection Conditions (FPCON) and their requirements are detailed, ranging from normal security measures to heightened alert levels based on perceived threats. The guide reflects a proactive stance on safeguarding individuals and facilities while engaging contractors in the broader context of national security during their operational duties. This initiative aids in reinforcing the military's commitment to maintaining a secure environment amid evolving threats.
    The Electrical IDIQ – Seed Project file addresses essential guidelines and inquiries related to the construction and maintenance of electrical systems at a government facility. Key components include the extension of concrete pads for specific switches and the processes required for cable management, certification, and personnel training. Contractors will need to coordinate with base management for staging areas and licensing, adhering to OSHA and NFPA standards throughout the project. The file outlines restrictions regarding outages, installation procedures, and the necessity for bid bonds. Contractors are responsible for inspecting equipment and coordinating testing with prime contractors or third-party companies. Furthermore, submission of requests for required airfield licenses and special access procedures are crucial for ensuring compliance and safety. The overarching goal of this document is to provide a clear framework for contractors bidding on electrical infrastructure projects, ensuring safety, regulatory compliance, and effective project execution while minimizing downtime and operational disruption.
    The document outlines the electrical layout for the PTFL 15-1025 project at McGuire Air Force Base, part of Joint Base McGuire-Dix-Lakehurst in Wrightstown, NJ. It is associated with the Department of the Air Force, under the Air Mobility Command, and is identified by the Contract Line Item Number (CLIN) 0001, with contract numbers FA448420D0021 and FA448422F0092. The layout spans eight sheets, detailing the design and specifications necessary for the electrical installation within the base. Each sheet is repetitive in its information, emphasizing the precise requirements and structured planning integral to military infrastructure projects. This documentation is a critical component of federal government requests for proposals (RFPs) for the enhancement and maintenance of military facilities, ensuring all electrical systems meet operational standards and safety regulations while supporting strategic objectives.
    The document pertains to electrical schematics for Substation #3 at McGuire Air Force Base, managed under contract FA8903-08-D-8766 for project MCGU-09-F-2889 by the Department of the Air Force and Air Mobility Command. It includes one-line schematics for feeders E and F, as well as feeders A and B. These schematics are essential for understanding the electrical layout and system requirements at the base. The inclusion of multiple sheets indicates a detailed depiction of the electrical infrastructure, ensuring proper planning and execution of upgrade projects. The focus on such technical details supports efficient energy distribution and management within the facility, reflecting the broader goal of sustaining military operational readiness through reliable power systems.
    The solicitation FA448425R0006 pertains to a construction and maintenance contract for electrical systems at Joint Base McGuire-Dix-Lakehurst, NJ. The project, designated as an Indefinite Delivery Indefinite Quantity (IDIQ), is specifically set aside for Total Small Businesses, with an expected minimum of three awards. The contract will include a one-year base period with four additional option years and a possible six-month extension. Key requirements for bidders include bid guarantees, performance and payment bonds, and adherence to safety and inspection processes, guided by the attached Statement of Work. The magnitude of the seed project is valued between $500,000 and $1,000,000, requiring structured proposal submission and clarity on pricing. The government aims to ensure transparency and compliance with relevant federal acquisition regulations, emphasizing the importance of small business participation in federal contracting efforts. A notable site visit for potential bidders is scheduled before the bid submission deadline.
    The document outlines a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide electrical maintenance and repair services at Joint Base McGuire-Dix-Lakehurst. The solicitation is specifically designated for small businesses, with an expectation of awarding a minimum of three contracts over a five-year period, including a base year and four optional extensions. The total value of awarded contracts is capped at $66 million. Key requirements include performance bonds, an optional site visit scheduled for April 17, 2025, and a bid guarantee. Contractors must submit offers by May 19, 2025, and adhere to the stipulated guidelines for submitting past performance questionnaires. The project aims to cover comprehensive electrical services ranging from inspection to demolition, aligning with Federal Acquisition Regulations. Inspection and acceptance of delivered services will occur at designated government locations, emphasizing the need for compliance with safety and labor standards. This RFP serves as a critical component of government contracting, ensuring small business participation while maintaining quality service delivery standards for vital infrastructure at military installations.
    The document serves as an amendment to a solicitation for federal contracting, specifically facilitating an extension for submitting offers and detailing the acknowledgment process. Offerors must recognize receipt of the amendment via designated methods to prevent rejection. It includes provisions for modifying existing contracts and administrative changes, underscoring the importance of timely communication. Notably, the amendment adds a critical attachment—Att J-13 Seed Project - Drawings Set.pdf—along with a comprehensive list of various project-related documents ranging from statements of work to compliance statements and schedules. This document indicates ongoing federal contracting activities, emphasizing structured procedures for document modifications, compliance, and record-keeping that are essential in the context of federal RFPs. The described changes maintain the integrity of the overall solicitation while allowing for updates necessary to move the project forward.
    The document is an amendment to a federal solicitation that extends the deadline for submission of offers, providing specific instructions on how to acknowledge the amendment. It details changes and modifications to the contract, specifically regarding a repair project for switchgear in the Sub3 area, with additional referenced attachments pertinent to the project. The amendment comprises administrative revisions and indeed requires acknowledgment from the contractors concerning the modifications to avoid potential rejection of offers. Key attachments include bid schedules, scope of work documents, drawings, and compliance statements, which are essential for the project's execution. The document outlines clear protocols for submitting changes and stresses the importance of timely communication with the assigned contracting officer. This amendment reflects the procedural requirements and administrative adaptations necessary for federal contracting processes.
    The document serves as an amendment to a federal solicitation, specifically extending the proposal due date for an electrical contract related to the JB-MDL. The new due date is changed from May 19, 2025, to May 28, 2025, at 2 PM EST. Additionally, it includes the integration of new attachments such as electrical layout and schematic drawings, along with a compilation of solicited questions and answers. The amendment emphasizes the necessity for contractors to acknowledge this change to ensure their offers are considered, and it outlines various methods for acknowledgment, including written communications and email references. The document reaffirms that aside from the specified modifications, all other terms and conditions remain unchanged. This amendment reflects standard practices within government Request for Proposals (RFPs) and indicates the ongoing process of contract modifications and vendor communication in federal procurement efforts.
    The document outlines an amendment to a federal solicitation (FA448425R0006) regarding a seed project for the repair of switchgear in a sub-area. The key updates include the addition of four sets of photos related to the project, detailed as Attachments J-13 through J-16. The amendment also specifies that all other terms and conditions remain unchanged. Offers must acknowledge receipt of this amendment by certain methods before the specified deadline, as failure to do so may result in rejection of offers. The attachment list provides various supporting documents related to the project, including statements, drawings, compliance statements, and required forms for contractors. This amendment process is a typical aspect of government contracting, ensuring that all participants have current and correct information as they prepare their proposals or modifications to existing contracts. The continuation of existing terms alongside new requirements illustrates the ongoing management involved in federal procurement processes.
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Electrical Contractors and Other Wiring Installation
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified electrical contractors and other wiring installation services through a combined synopsis/solicitation for Blanket Purchase Agreements (BPAs). The procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) for naval operations, emphasizing a total small business set-aside to encourage participation from small enterprises. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, with the understanding that individual BPA calls will be issued on a firm fixed-price basis and payments will be processed via Government Credit cards or Wide Area Workflow (WAWF).
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    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.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.