Skip to content
Department of Defense

Lighting Inverters Repair and Reprogramming

Solicitation: FA251726Q0006
Notice ID: 80d231cd7b694f27b279da10a07342e5
TypeSolicitationNAICS 238210PSCJ061Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCOPostedMar 10, 2026, 12:00 AM UTCDueMar 25, 2026, 06:00 PM UTCCloses in 15 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Mar 25, 2026. Industry: NAICS 238210 • PSC J061.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA251726Q0006. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.

12-month awarded value
$9,493,001
Sector total $34,775,232,661 • Share 0.0%
Live
Median
$40,765
P10–P90
$13,545$96,003
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+35223%($9,439,403)
Deal sizing
$40,765 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
Colorado Springs, Colorado • 80914 United States
State: CO
Contracting office
Peterson Sfb, CO • 80914-1117 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260013 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Eagle, Garfield, Grand +7
Rate
CARPENTER (Excludes Form Work)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+110 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 110 more rate previews.
Davis-BaconBest fitstate match
CO20260013 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Eagle, Garfield, Grand +7
Rate
CARPENTER (Excludes Form Work)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+109 more occupation rates in this WD
Davis-Baconstate match
CO20260002 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Adams, Arapahoe, Boulder +9
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems)
Base $36.98Fringe $16.82
Rate
BRICKLAYER
Base $42.37Fringe $12.86
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+41 more occupation rates in this WD
Davis-Baconstate match
CO20260029 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Weld
Rate
ELECTRICIAN
Base $46.80Fringe $19.53
Rate
POWER EQUIPMENT OPERATOR (Crane) 141 tons and over
Base $39.80Fringe $15.20
Rate
tons and under
Base $35.78Fringe $15.20
+22 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Stephen Hayden
Email
stephen.hayden.1@spaceforce.mil
Phone
7195566117
Name
Karen Grinder
Email
karen.grinder@spaceforce.mil
Phone
7195569648

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
FA2517 21 CONS BLDG 350
Office
Not available
Contracting Office Address
Peterson Sfb, CO
80914-1117 USA

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.

Analysis is being generated for this notice. Check back shortly.

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.