Closed Solicitation · DEPT OF DEFENSE

    GRID POWER CONVERSION FOR FABRIC SUNSHADES

    Sol. FA480025SSN01Sources SoughtSet-aside: Total Small Business Set-Aside (FAR 19.5)LANGLEY AFB, VA
    Closed
    STATUS
    Closed
    closed Aug 4, 2025
    POSTED
    Jul 25, 2025
    Publication date
    NAICS CODE
    238210
    Primary industry classification
    PSC CODE
    N059
    Product & service classification

    AI Summary

    The Department of Defense is seeking sources for a project to connect solar-powered lighting systems to grid power at Joint Base Langley-Eustis. Interested contractors should submit a capabilities package detailing their experience and business size. This opportunity is part of a small business set-aside program, and responses are due by August 4, 2025.

    Contract details

    Solicitation No.
    FA480025SSN01
    Notice Type
    Sources Sought
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 25, 2025
    Response Deadline
    August 4, 2025
    NAICS Code
    238210AI guide
    PSC / Class Code
    N059
    Issuing Office
    FA4800 633 CONS PKP
    Primary Contact
    Lester A. Yearwood
    State
    VA
    ZIP Code
    23665
    AI Product/Service
    service

    Description

    SOURCES SOUGHT:  THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!  This notice does not constitute a commitment by the Government.  All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

    The Request for Quotation (RFQ) number is FA480025SSN01 and shall be used to reference any written responses to this source sought.

    Joint Base Langley-Eustis (JBLE), Langley Air Force Base Virginia anticipates a requirement that is being considered under a small business set-aside program.  The North American Industry Classification Systems (NAICS) Code proposed 238210 (Electrical Contractors and Other Wiring Installation Contractors).  The size standard for NAICS is $19 million.

    The requirement is to provide all labor, materials, equipment, and supervision necessary to disconnect the existing solar-powered lighting system, including battery storage devices, and connect the lighting system to grid power for the fabric sunshades at Joint Base Langley-Eustis (JBLE), Langley AFB, VA. The Government seeks to identify potential contractors capable of performing this work efficiently, safely, and in compliance with all applicable regulations.

    See attached draft performance work statement.

    Include in your capabilities package your Company Name, Address, Point of Contact, UEI, Cage Code, System for Award Management expiration date.

    We are interested in any size business that is capable of meeting this requirement.

    Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.  The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

    All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services.  Contractor is required to provide all management and labor required for the operation and management of the required services.  Include three past references with current contact information and contract number.  If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.  The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.  Recent, relevant experience in all areas should be provided.  Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.  The response must not exceed 5 pages.

    Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.  The Government will use this information in determining its small business set-aside decision.

    Please note:  All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.  The website for registration is www.sam.gov.

    Responses may be submitted electronically to  Lester Yearwood, lester.yearwood.1@us.af.mil and Vanity Wright, vanity.wright@us.af.mil.  Telephone responses will not be accepted.

    RESPONSES ARE DUE NO LATER THAN 4 AUGUST 2025

    Future information about this acquisition, including the issuance of a quotation and/or applicable amendments, will be issued through SAM.gov.  Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. 

    Key dates

    1. July 25, 2025Posted Date
    2. August 4, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GRID POWER CONVERSION FOR FABRIC SUNSHADES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.