Search Contract Opportunities

Installation of Light-Emitting Diode (LED) Lights   3

ID: FA446025Q0010 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The contractor shall provide all qualified personnel, transportation, lifts, tools, equipment, materials and services required to accomplish LED One-For-One Fixture Replacement w/Photometrics on Little Rock AFB, AR 72099. The contractor is to replace existing light fixtures as defined in each delivery order on a one-for-one basis, retaining light fixture locations, requiring no electric circuit modifications other than occasional light switch/control. Light level shall be in accordance with IESNA, UFC and LRAFB electrical design guide requirements, validated by photometric layouts and post-installation light level checks. Work shall be in compliance with all Federal, State and local regulations, codes and contractor must hold a commercial State of Arkansas Electrical License to meet requirements. Work shall be accomplished within 60 days of material arrival per delivery order. Estimated delivery date of material is required to be sent to the CO and Contracting Officer Representative (COR) within 15 days of delivery order award.

This Performance Work Statement (PWS) describes the services required to replace LED one-for-one fixtures with Photometrics. These services include:

Replace facility lighting on a one-for-one basis, validated by photometrics and post-installation light level readings.

Replace light switches, occupancy sensors, photocells, lighting contactors, conduit and conductors as required/defined in individual delivery orders.

**Note: A site survey is scheduled for Tuesday, August 12th at 1:30 PM CDT, please RSVP to beatrice.brown.5@us.af.mil and justin.bell.15@us.af.mil. All questions are due Thursday, August 14, 2025 at 5:00 PM CDT.

FAR 52.212-1 Instructions to Offerors - Commercial Items

1. In order to be determined responsive, all quotes must be complete on the Solicitation, responding directly to the requirements of this solicitation and sent to the identified POC's email. A complete quote consists of the following:

a) Complete the unit price and extended price (under "Pricing Schedule")

b) Fill in required provisions and clauses. FAR 52.204-24 must be completed. If the annual certification has been completed in the System for Award Management (SAM), FAR 52.212-3 does not need to be completed.

c) All vendors must have an active registration in SAM at time of quote submission.

2. A responsive quote will include the following documents and information:

a) Detailed breakdown of proposed price. Price information shall be submitted on the SF1449 solicitation document for CLINS 0001 - 3002, to include all options. Offerors shall ensure a total overall contract value is included in Block 26 of the first page of the SF1449.

b) Past Performance: Documentation must include a brief description of the services performed, the period of performance dates, at least one point of contact and their direct contact information from the beneficiary of the services, and contract number specifying if the contract was made with the Government.

52.212-2 Evaluation-Commercial Products and Commercial Services. (Nov 2021)

As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:

Evaluation-Commercial Items (Nov 2021)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. By submission of its offer, the offeror consents to all solicitation requirements, including terms and conditions, representations, and certifications, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being determined to be non-responsive.

The following factors shall be used to evaluate offers:

1. Price Factor:

a. First, the Government shall rank all responsive offers by price. An offeror's total evaluated price will include the six-month extension of services in accordance with FAR 52.217-8, which will be based upon the final option year pricing specified in the contract. The sum of CLINs 0001-3002 and all applicable SLINs will constitute the offeror's total evaluated price. The government reserves the right to deem an offeror's overall quotation to be unresponsive in the event that incomplete, unreasonable or unbalanced pricing is submitted.

2. Past Performance Factor:

a. Second, the offeror's past performance will be assigned a rating of "Acceptable" or "Unacceptable" as outlined in the table below. An unacceptable rating received will result in the entire quotation being determined unacceptable and the offeror's proposal will not receive further consideration.

Acceptable: Past performance includes documentation of at least two years of experience performing work with a similar scope /magnitude as this requirement. Work with a similar scope/magnitude was accomplished within four years of the current date.

Unacceptable: Past performance includes documentation of less than two years of experience performing work of a similar scope /magnitude to this requirement, and/or documentation of experience performing work not within a similar scope/magnitude as this requirement, and/or work with a similar scope/magnitude accomplished more than four years before the current date.

b. The Government reserves the right to obtain information relative to present and past performance on its own.

c. An Unacceptable Past Performance rating will result in the entire quotation being determined Unacceptable and the offeror's proposal will not receive further consideration.

(b) If the lowest priced evaluated responsive offer is determined to have an acceptable Past Performance rating, that offer represents the best value to the Government and the evaluation process will stop at that point. Award shall be made to that offeror without further consideration of any other offers.

(c) If the lowest priced offeror is determined not to have an acceptable Past Performance rating, the next lowest priced evaluated responsive offeror will be evaluated, and the process will continue (in order by price) until an offeror is determined to have an acceptable Past Performance rating. If no acceptable Past Performance rating is received, the Contracting Officer will make a best value award decision.

(d) The Government reserves the right to communicate with all, some, or none of the offerors to address any issues, if necessary, and finalize an order with that Offeror. The government also reserves the right to not to select a contractor, depending on the quality of the proposal(s) submitted and the availability of funds.

(e) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(f) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Only quotations that are responsive to the requirements of the solicitation will be evaluated.

Background
The contractor shall provide all qualified personnel, transportation, lifts, tools, equipment, materials, and services required to accomplish LED One-For-One Fixture Replacement with Photometrics at Little Rock Air Force Base (AFB), AR 72099.

This acquisition aims to replace existing non-LED lighting technology with new LED fixtures to improve lighting levels, efficiency, and reliability. The goal is to optimize lighting design for efficiency and ensure consistent light levels while identifying potential issues before installation, ultimately leading to cost savings and improved visual comfort for the United States Air Force (USAF).

Work Details
The contractor is responsible for replacing facility lighting on a one-for-one basis as defined in each delivery order.

This includes retaining light fixture locations and requiring no electric circuit modifications other than occasional light switch/control adjustments. The work must comply with IESNA, UFC, and LRAFB electrical design guide requirements, validated by photometric layouts and post-installation light level checks. Specific tasks include: replacing light switches, occupancy sensors, photocells, lighting contactors, conduit, and conductors as required/defined in individual delivery orders. All work must adhere to Federal, State, and local regulations and codes.

Place of Performance
The services will be performed at Little Rock Air Force Base (AFB), AR.

Overview

Response Deadline
Aug. 25, 2025, 5:00 p.m. EDT Past Due
Posted
July 24, 2025, 4:18 p.m. EDT (updated: Aug. 20, 2025, 4:34 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Little Rock Air Force Base, AR 72099 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 7/24/25 Air Mobility Command issued Synopsis Solicitation FA446025Q0010 for Installation of Light-Emitting Diode (LED) Lights due 8/25/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238210 (SBA Size Standard $19 Million) and PSC N062.
Primary Contact
Name
Beatrice Brown   Profile
Phone
(501) 987-2058

Secondary Contact

Name
Justin Bell   Profile
Phone
(501) 987-6740

Documents

Posted documents for Synopsis Solicitation FA446025Q0010

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA446025Q0010

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA446025Q0010

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA446025Q0010

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA446025Q0010

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA446025Q0010

Experts for Installation of Light-Emitting Diode (LED) Lights

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AMC > FA4460 19 CONS PKA
FPDS Organization Code
5700-FA4460
Source Organization Code
500045994
Last Updated
Sept. 9, 2025
Last Updated By
beatrice.brown.5@us.af.mil
Archive Date
Sept. 9, 2025