VIARNG - Sprat Hall Lights Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Army (VIARNG) is soliciting proposals for the replacement of security lights at the Sprat Hall military facility in Frederiksted, St. Croix, U.S. Virgin Islands. This is a Total Small Business Set-Aside opportunity to install new light poles and wall-mounted fixtures. Proposals are due January 26, 2026, at 5:00 PM UTC (1:00 PM AST).
Scope of Work
This project involves the removal of existing lighting infrastructure and the installation of new, energy-efficient LED systems:
- Removal and disposal of four (4) existing metal light poles.
- Installation of four (4) new 30' metal light poles with bronze powder coat finish and fixtures (minimum 31000 lumens).
- Removal and disposal of nine (9) existing wall-mounted light fixtures.
- Installation of nine (9) new wall-mounted light fixtures with bronze powder coat finish and battery back-up (minimum 6500 lumens), reusing existing circuits.
- Ensuring all new lights are LED and automatically turn on at dusk and off at dawn.
- Testing, repair, and validation of the electrical system.
- Providing all necessary personnel, labor, materials, equipment, tools, supervision, and transportation.
Contract & Timeline
- Contract Type: Firm Fixed Price Solicitation (W9127P26QA006)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238210 (Size Standard: $19,000,000.00)
- Period of Performance: Within 90 calendar days of contract award.
- Offer Due Date: January 26, 2026, 5:00 PM UTC (1:00 PM AST).
- Site Visit: A site visit was available on January 20, 2026, at 10:00 AM AST.
- Published Date: January 21, 2026.
Evaluation
Award will be based on a best-value determination considering Price, Technical Approach, and Past Performance. The Technical Approach is significantly more important than Past Performance, and all non-price factors combined are more important than price. The Government anticipates award based on initial responses.
Submission & Special Requirements
- Quotes must be submitted via email to the points of contact listed in the addendum.
- The Technical Approach shall not exceed 10 pages and must demonstrate a clear understanding of the SOW.
- Pricing information should be submitted separately or as a filled-in SF 1449.
- Contractor is responsible for obtaining all necessary permits and approvals.
- Required submittals include product specifications, a Quality Assurance Plan (QAP), schedule of work, and personnel details.
- All personnel requiring access must complete AT Level I, iWatch, and OPSEC training, and undergo a DD369 Police Record Check. Personnel must be U.S. citizens or legal residents.
- Payment will be made via Wide Area WorkFlow (WAWF).
- Offerors must complete blocks 12, 17, 23, 24, and 30 of the SF 1449.
- Clarifications indicate existing wall-mounted fixtures operate at 120v.