AMENDMENT 01: Replace Site Lighting Electrical Conduits at 5 LFs

SOL #: FA461326R0001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4613 90 CONS PK
FE WARREN AFB, WY, 82005-2860, United States

Place of Performance

Sidney, NE

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

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

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Apr 22, 2026, 5:00 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, 90th Contracting Squadron, is soliciting proposals for the replacement of site lighting electrical conduits at five Launch Facilities (LFs). This is a Combined Synopsis/Solicitation for a Firm Fixed-Price construction contract, designated as a 100% Total Small Business Set-Aside. The project is located at F.E. Warren AFB, WY, and surrounding LFs in Colorado and Nebraska. Proposals are due Wednesday, April 22, 2026, by 11:00 am MDT.

Scope of Work

The project, titled "Replace Site Lighting Electrical Conduits at 5 LFs," involves removing existing failed conduit and wire, abandoning old conduit, and installing new 1 1/2" PVC coated rigid conduit. This includes running new wire, backfilling trenches, and replacing gate switches with Leviton 1221-21 Single-Pole 20A 277Volt Ivory Ac Switches. Work will be performed at LFs in Colorado and Nebraska. The contractor must provide all labor, materials, equipment, and transportation, adhering to specifications, drawings, and industry standards.

Contract Details

  • Contract Type: Firm Fixed-Price Construction Contract
  • Period of Performance (PoP): 120 calendar days from Notice to Proceed. Proposals exceeding this will be technically unacceptable.
  • Estimated Magnitude: Between $100,000 and $250,000.
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 236220 (Repair Or Alteration Of Miscellaneous Buildings) with a $45,000,000 annual receipts size standard.
  • Applicable Regulations: FAR Part 13 (Simplified Acquisition Procedures), FAC 2025-06, DFARS, DAFFARS DAFAC 2024-1016.
  • Wage Determination: Davis Bacon Act Wage Determination applies (classification "BUILDING").

Key Requirements

  • SAM.gov Registration: Required, with no active exclusions and an acceptable supplier risk profile in SPRS.
  • Cybersecurity Compliance: A basic assessment score in NIST SP 800-171 (or a plan of improvement if below 110) or CMMC Level 2 in SPRS is mandatory to obtain the Attachment 3 CUI Map Layout. Offerors without this compliance are ineligible for award.
  • Bid Guarantee: Required with proposal submission via Attachment 5 SF 24 Bid Bond Form (20% of bid price).
  • Bonding: Performance bonds required for delivery/task orders $150,000 and above; payment protection for orders $35,000 to $150,000.
  • Attachments: Proposals must include Attachment 1 SOW, Attachment 2 AF Form 66, Attachment 3 MFR CUI Control & Receipt, Attachment 4 Combined Wage Determinations, Attachment 5 SF 24 Bid Bond Form, and Attachment 6 Cost Estimate Breakdown.

Submission & Evaluation

  • Evaluation Method: Lowest Price Technically Acceptable (LPTA).
  • Evaluation Factors: Price and Technical acceptability are equally important. The lowest priced technically acceptable offer will be selected.
    • Subfactor 1 (Work Plan): Must demonstrate ability to complete the project within the 120-day PoP.
    • Subfactor 2 (Bid Guarantee/Bonding): Submission of SF 24 Bid Bond Form.
  • Offer Validity: 60 calendar days from proposal receipt.

Key Dates

  • Driver's License Image for Site Visit: Due Monday, March 16, 2026, by 3:00 pm MDT to megan.evans.3@us.af.mil and kyra.niece@us.af.mil.
  • Site Visit: Tuesday, April 14, 2026, at 9:00 am MDT. Meet at Gate 2 off Missile Dr., F.E. Warren AFB, WY.
  • Questions Due: Wednesday, April 15, 2026, by 11:00 am MDT via email.
  • Proposals Due: Wednesday, April 22, 2026, by 11:00 am MDT via email to megan.evans.3@us.af.mil and kyra.niece@us.af.mil.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
AMENDMENT 01: Replace Site Lighting Electrical Conduits at 5 LFs | GovScope