Skip to content
Department of Defense

Buckley SFB Rectifier Inverter System Replacement

Solicitation: FA2543Rectifier
Notice ID: eba6fab70cb04dbb9c8cd96843d5ba08
TypeSources SoughtNAICS 335999PSC6130Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCOPostedMar 25, 2026, 12:00 AM UTCDueApr 02, 2026, 02:00 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 02, 2026. Industry: NAICS 335999 • PSC 6130.

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: FA2543RECTIFIER. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 335999 (last 12 months), benchmarked to sector 33.

12-month awarded value
$46,487,183
Sector total $52,169,347,256 • Share 0.1%
Live
Median
$191,083
P10–P90
$29,372$1,386,271
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+92%($14,604,211)
Deal sizing
$191,083 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
Aurora, Colorado • United States
State: CO
Contracting office
Buckley Afb, CO • 80011-9572 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
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
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
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
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Davis-Baconstate match
CO20260027 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Pueblo
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $36.98Fringe $16.82
Rate
ELECTRICIAN
Base $35.40Fringe $16.06
Rate
POWER EQUIPMENT OPERATOR (Crane) 141 tons and over
Base $39.80Fringe $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
Maurice Epps
Email
maurice.epps@spaceforce.mil
Phone
Not available
Name
Matt Kennedy, TSgt
Email
matthew.kennedy.24@spaceforce.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
FA2543 460 CONS
Office
Not available
Contracting Office Address
Buckley Afb, CO
80011-9572 USA

More in NAICS 335999

Description

The purpose of this Sources Sought is for market research purposes only to obtain a list of capable vendors and possible industry feedback. Please see attached Statement of Need for all requirements. Please include BOTH 2d Lt Maurice Epps email: maurice.epps@spaceforce.mil or TSgt Matthew Kennedy email: matthew.kennedy.24@us.af.mil on all communications. Please see below questions and include answers to them with your response to this Sources Sought.

COMPANY INFORMATION: 

What is your company's name, address, CAGE code, and Unique Entity ID (UEI)?

Who is the best person to contact for follow-up questions? Please provide their name, title, email, and phone number.

What is your company's business size (e.g., small business, large business)? Do you fall under any socioeconomic categories (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business)?

STATEMENT OF NEED/REQUIREMENTS: 

Are there any specifications, terms, or requirements that are unclear, ambiguous, or could be misinterpreted? If so, please specify the section and your question.

Based on your experience with similar projects, are there any critical components, processes, or requirements missing from the SON that are essential for a successful and fully functional system replacement?

Do you have any recommendations for improving this Statement of Need to allow for a more accurate and competitive response?

TECHNICAL CAPABILITY

Does your company possess the necessary technical expertise, equipment, and resources to perform the full replacement of the rectifier/inverter system, including battery strings, battery disconnects, and A/C power circuits, as described in the Statement of Need? Please briefly describe your core competencies relevant to this project.

Briefly describe your general approach to designing and integrating a power rectification and distribution system that meets or exceeds the specified amp load (2,800 amps) and accommodates existing DC breaker panels and A/C circuits.

Describe your general methodology for installing such a complex system, particularly regarding minimizing disruption to critical operations and ensuring seamless integration with existing infrastructure.

PAST PERFORMANCE/EXPERIENCE:

Do you have any examples of similar projects completed within the past 5 years? 

Have you performed similar work for the Department of Defense or other federal agencies? If so, please describe your experience.

DELIVERY/INSTALLATION:

What is the estimated lead time for equipment delivery after contract award?

Provide an estimated timeline for the installation process, from site arrival to system commissioning.

PRICE ESTIMATE: 

Please provide a Rough Order of Magnitude (ROM) price for the complete solution, including equipment and installation.

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.