Building 2024 LPS Repairs
ID: SmithLPSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking qualified contractors for the repair of the Lightning Protection System at Building 2024. The project entails replacing four damaged air terminal masts and ensuring compliance with relevant codes, environmental mandates, and safety standards, with a contract duration estimated at 7 calendar days. This initiative is crucial for maintaining safety and regulatory compliance in federal facilities, emphasizing the importance of environmental responsibility in the contracting process. Interested small businesses must respond to the Sources Sought Notice by February 20, 2025, providing details on their capabilities, experience, and certifications, with inquiries directed to Aaron Smith at aaron.smith.103@spaceforce.mil or Ashton Smith at ashton.smith.4@spaceforce.mil.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for repairing the lightning protection system at Building 2024 on Peterson Space Force Base, Colorado. The project involves replacing four damaged air terminal masts, ensuring compliance with relevant codes, environmental mandates, and safety standards. The contractor must verify site conditions, manage waste responsibly, and follow strict guidelines for hazardous materials. Work is restricted to weekdays, and proper visitor clearance is required for base access. The contract stipulates an estimated duration of 7 calendar days and includes specific competency requirements for the contractor, such as a minimum of 5 years of experience and relevant certifications. Upon completion, a warranty for labor and materials lasting 12 months must be provided. This initiative demonstrates a commitment to safety, regulatory compliance, and environmental responsibility in federal contracting.
    The Peterson Space Force Base's 21st Contracting Squadron has issued a Sources Sought Notice for market research regarding the Repair of the Lightning Protection System at Building 2024. The initiative is part of a procurement process governed by FAR Part 10, aiming to gather information from potential contractors. The NAICS code for this project is 238290, with a small business size standard of $22 million. Interested suppliers must respond by 20 February 2025, providing various details, including their capability to perform the required services, previous experience, warranty information, and company certifications. Contact for inquiries is provided for the Contracting Specialist and Officer. This notice is exploratory and does not obligate the government to issue a solicitation or contract award, reinforcing the focus on determining procurement methods and supplier capabilities. The announcement signifies the government's commitment to ensuring that the repair solution meets specified requirements while engaging with the potential contractor community.
    Lifecycle
    Title
    Type
    Building 2024 LPS Repairs
    Currently viewing
    Sources Sought
    Similar Opportunities
    Sources Sought - Shop Floor Lift Installation
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential contractors for the installation of three shop floor lifts. This procurement is part of market research aimed at informing future installation projects, with a focus on compliance with federal, state, and local safety standards. Interested vendors must respond by February 20, 2025, providing feedback on the suitability of the NAICS code 238210, warranty details, and project timelines, as this opportunity is crucial for enhancing operational capabilities at the Space Force Base. For inquiries, interested parties can contact Zachary Hodges at zachary.hodges.10@spaceforce.mil or 719-556-0609, or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil or 970-688-8081.
    Schriever Vehicle Barriers Maintenance and Repair (VB M&R) Services
    Buyer not available
    The Department of Defense, through the U.S. Space Force, is seeking proposals for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Schriever Space Force Base in Colorado. The procurement aims to secure comprehensive maintenance, inspections, and minor repairs for various vehicle barrier systems, ensuring their operational readiness and compliance with federal standards. These services are critical for maintaining security and safety at military installations, reflecting the government's commitment to effective infrastructure management. Interested vendors must submit their proposals, including technical and past performance documentation, by the specified deadlines, with inquiries directed to Linda A. Cummings at linda.cummings@spaceforce.mil or by phone at 719-567-5758.
    Construct Redundant Electrical Supply, Buckley SFB, CO
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the construction of a redundant electrical supply system at Buckley Space Force Base in Colorado. The project aims to replace aging cable and switchgear, install a new backup commercial power feed, and enhance mission reliability by eliminating single points of failure in the power supply system, in accordance with Uptime Institute Tier IV Standards. This initiative is critical for ensuring the resiliency and operational continuity of the facility's power infrastructure. Interested small businesses are encouraged to reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or call 402-995-2584 for further details, with proposals due by the revised deadline as indicated in the solicitation amendments.
    Buckley SFB Program Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Program Management Services at Buckley Space Force Base in Aurora, Colorado. The contract, designated as FA254325Q0005, aims to provide comprehensive program management support, including maintenance for facility utilities and dorm maintenance, with a total award amount of $25,500,000 over a performance period from March 30, 2025, to September 29, 2030. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including labor standards and subcontracting limitations. Interested contractors must submit their quotes by February 18, 2025, and can direct inquiries to Anna Mallett at anna.mallett@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil.
    Oil Sample Testing PSFB
    Buyer not available
    The Department of Defense, specifically the United States Space Force, is soliciting quotes for oil sample testing services at Peterson Space Force Base in Colorado. This procurement aims to conduct tests on 190 transformers and 5 switches to analyze the insulating oil's condition, adhering to ASTM and IEEE standards, and ensuring compliance with safety regulations. The selected contractor will play a crucial role in maintaining the operational integrity of critical infrastructure by assessing the performance of electrical equipment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by 12:00 PM (MT) on February 25, 2025, with a requirement for a valid quote for 60 days post-submission. For further inquiries, potential bidders can contact Aaron Smith at aaron.smith.103@spaceforce.mil or 719-556-9087.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and repair services for Air Force vehicle barrier systems at Hurlburt Field, Florida. The contractor will be responsible for all personnel, labor, equipment, and materials necessary for the maintenance of these systems, which include actuators, control systems, and safety loops, ensuring compliance with federal, state, and local regulations. This contract is crucial for maintaining operational readiness and safety across military installations, with a performance threshold of 96% operational rate for the vehicle barriers. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes electronically by February 28, 2025, and are encouraged to direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil, with a total acquisition ceiling of $25 million.
    SOURCES SOUGHT RESILIENT MEO MISSILE WARNING AND TRACKING (RMMWT) GROUND MANAGEMENT AND INTEGRATION (GMI) (MEG O&I)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractor support for the Resilient MEO Missile Warning and Tracking (RMMWT) Ground Management and Integration (GMI) program. This initiative aims to enhance ground system capabilities for missile tracking satellites, with two operational epochs planned, including satellite launches in 2026 and 2028, and potential future procurements. Contractors are required to demonstrate expertise in software development, systems integration, and facility management, with a strong emphasis on cybersecurity and collaboration with multiple contractors. Interested parties must submit a Statement of Capability (SOC) by February 27, 2025, detailing their qualifications and relevant experience. For further inquiries, contact David Kirkland at david.kirkland.9@spaceforce.mil or 310-653-2461, or Leslie Semerena at leslie.semerena@spaceforce.mil.
    USAFA High Wind Alert System
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force Academy (USAFA), is seeking qualified contractors for the maintenance of its High Wind Alert System (HWAS) through a Total Small Business Set-Aside procurement. The contractor will be responsible for ensuring the functionality of twelve solar-powered mini-weather stations, which are critical for weather-related forecasts that support flying missions, and must adhere to strict maintenance procedures, including scheduled and emergency tasks. This opportunity underscores the importance of effective weather monitoring in national defense operations, with contractors required to manage their workforce under various conditions and provide software support for designated systems. Interested parties can contact John Perry at john.perry.33@us.af.mil or 719-333-7204, or April Delobel at april.delobel.1@us.af.mil or 719-351-4413 for further details.
    Hangar 211 Repair & Fire Suppression
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the repair and fire suppression upgrade of Hangar 211 at Mountain Home Air Force Base in Idaho. The project, estimated to cost between $15 million and $20 million, involves significant structural repairs, the installation of an automated sprinkler system, electrical upgrades, and the provision of modular office trailers, with a total duration of 24 months allocated for design and construction phases. This initiative is crucial for maintaining military infrastructure while ensuring compliance with federal regulations and preserving historical properties. Interested small businesses, including those classified as Small Disadvantaged, HUBZone, SDVOSB, and Women-Owned, must respond by February 3, 2025, to express their interest and capabilities, with further inquiries directed to Caleb Ferch at caleb.ferch.1@us.af.mil or Ryan Rubenstein at ryan.rubenstein.1.@us.af.mil.