B1825 LIGHTNING PROTECTION SYSTEM
SOL #: FA462626Q0008Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA4626 341 CONS LGC
MALMSTROM AFB, MT, 59402-6863, United States
Place of Performance
Malmstrom AFB, MT
NAICS
Other Building Equipment Contractors (238290)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Lighting Fixtures And Lamps (J062)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 2, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 19, 2026, 7:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for a Lightning Protection System (LPS) upgrade and inspection at Building 1825, Malmstrom Air Force Base, MT. This requirement involves bringing the existing LPS up to current code, replacing damaged components, and ensuring full certification. This is a 100% Total Small Business Set-Aside. Offers are due by March 19, 2026, at 01:00 PM MT.
Scope of Work
The contractor shall provide all labor, materials, equipment, and incidentals necessary to complete the LPS upgrade and inspection. Key tasks include:
- Upsizing LPS cables to AWG 4/0 copper to comply with NFPA 780 Chapter 8.
- Replacing a small quantity of frayed cable on Pole #5.
- Performing acceptance testing of the LPS at Building 1825 per UFC standards and the most current edition of NFPA 780.
- Providing a hard copy and digital CD of acceptance testing results and a UL Lightning Protection Inspection Certificate, certified to NFPA 780 Chapter 8.
- Identifying and inspecting all test points for the ground system connection and bonds, including providing a sketch and recording resistance measurements.
Contract Details
- Contract Type: Implied Firm Fixed Price (Solicitation FA462626Q0008).
- Period of Performance: No later than 90 calendar days from the issuance of the Notice to Proceed.
- Delivery: FOB Destination.
- NAICS Code: 238290 ($22,000,000.00 size standard).
Submission & Evaluation
- Offer Due Date: March 19, 2026, at 01:00 PM MT.
- Evaluation Criteria: Quotes will be evaluated on price and conformance to the Performance Work Statement (PWS). Only the three lowest-priced quotes will be evaluated, with the award made to the quote providing the best value to the government.
- Payment: Requests and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF).
Eligibility & Special Requirements
- Set-Aside: This is a 100% Total Small Business Set-Aside.
- Contractor Qualifications: The contractor shall have attended and completed the Senior Inspector AMMO 50 training or equivalent.
- Site Access: Personnel must be on an Entry Authority List (EAL) for access to the Weapons Storage Area (WSA). Photography and cell phones are not authorized within the restricted area, and personnel will be monitored and escorted.
- Performance Standards: Ground resistance to earth must be 25 ohms or less, and bonding resistance must not exceed 1 ohm. Acceptance testing must be performed after the ground has been dry for 3 consecutive days.
- Equipment: Contractor must provide a man-lift and portable power if needed.
- Permits: Contractor is responsible for obtaining necessary permits (e.g., AF Form 103).
Contact Information
- Primary Contact: Jeffrey Krieger, jeffrey.krieger@us.af.mil, 406-731-4014.
People
Points of Contact
Jeffrey KriegerPRIMARY
Charles McClinticSECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Solicitation
Posted: Mar 16, 2026
Version 1Viewing
Solicitation
Posted: Mar 2, 2026