- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Lighting Inverters Repair and Reprogramming
Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Mar 25, 2026. Industry: NAICS 238210 • PSC J061.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 110 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238210
Description
AMENDMENT 02: Amendment to address RFIs, add a Site Visit and extend solicitation period.
RFI 1: "To provide an accurate quote for the Crucial Power Products (Model HU3.0) repair and battery replacement project at Cheyenne Mountain, could you please provide the Serial Numbers for the seven units? This will allow us to confirm the exact firmware versions for the reprogramming and verify the specific replacement battery requested."
Answer: Lighting Inverter serial numbers: HE0260A HE0260F HE0260E HE0260D HE0260C HE0260B HE0261
RFI 2: "I am reaching out regarding the project Lighting Inverters Repair and Reprogramming - Active Opportunity (Notice ID FA251726Q0006). We would like to request information about the site visit for this opportunity. Could you please confirm if a site visit will be scheduled and provide the details on how interested vendors can attend?"
Answer: Yes, we will have a Site Visit for this requirement. Please see below for all Site Visit information.
Site Visit: SITE VISIT ANNOUNCEMENT
a. A site visit for Solicitation FA251726Q0006 will be held on Wednesday March 18, 2026 at 09:00 AM Mountain Time.
b. All interested offerors must RSVP via email to 2d Lt Stephen Hayden, stephen.hayden.1@spaceforce.mil no later than Monday March 16, 2026 at 4:00 PM Mountain Time. No more than two (2) representatives per company may attend.
c. In the RSVP email, attendees must provide the following information for base access: Full Name, Date of Birth, and Driver's License Number and State of Issue. Also ensure that any vehicles driving on site have current registration and insurance information available.
d. Attendees will meet at the Cheyenne Mountain SFS Visitor Control Center for escort. Address: 1 Norad Rd, Colorado Springs, CO 80914
e. This will be the only site visit offered. Information discussed at the site visit is for informational purposes only. Any changes to the solicitation will be made only by formal amendment. Solicitation Close Date E
AMENDMENT 01: TO ADD CLAUSE FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
The 21st Civil Engineering Squadron (21 CES) has a new requirement for a one time service for the contractor to furnish necessary labor, tools, transportation, supplies, equipment, materials, and incidentals necessary to complete all work state in the Statement of Work (SOW).
Project Description from SOW:
a) Troubleshoot and repair three existing nonfunctioning Harsh Environment Uninterruptible (HEU) power supply lighting inverters.
b) Reprogram all seven existing HEU power supply lighting inverters to operate in normal mode during normal operation and in emergency mode upon loss of power.
c) Replace all eight 12 VDC batteries in each of the seven existing HEU power supply lighting inverters.
Manufacturer: Crucial Power Products
Model: HU CABINET
Model Number: HU3.0R2500N1-VA
Battery Part Number: 7050-436
The contractor shall follow all current, applicable codes, regulations, standards, and criteria. In addition, all work procedures and materials shall be approved by 21 CES Requirements and Optimization (R&O) prior to the start of work. The work within the SOW shall be executed by licensed electricians. The contractor shall coordinate and perform all operations in a manner that will result in a professionally and expeditiously completed project.
This requirement is commercial as it is available to the general public or by non-governmental entities for purposes other than governmental purposes and can be acquired using the streamlined acquisition procedures in FAR Part 12. In FY24, a sources sought was posted to SAM.gov, revealing at least five vendors who are capable and interested in fulfilling this requirement. Within FY24, this requirement was canceled and is now being solicited as a one time service. SAM.gov will be the vehicle used to purchase the entirety of this requirement.
The Contractor shall obtain all necessary licenses and permits, complying with all federal, state, and municipal laws, codes and regulations applicable to the performance of the work needed.
Should this requirement not be fulfilled, the emergency lights that are designed to come on during loss of power, will remain on at all times. Having them operate as intended is imperative; furthermore, having the inverters repaired will save energy costs by not having an additional set of lights operating 24/7.
The Period of Performance (PoP) is 180 days from lead time event (receipt of any purchased materials needed to complete contracted work). This period encompasses all required activities, securing escorts, obtaining base access for personnel and vehicles, mobilization, all phases of project execution, site clean-up, and the submission of all closeout documentation.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.