B518 Power Plant Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for B518 Power Plant Maintenance at Offutt Air Force Base, NE. This is a 100% Small Business Set-Aside for the operation and maintenance of electric generating plant electrical systems. The contract includes a base period and multiple option years. Proposals are due Monday, March 09, 2026, at 11:00 AM CST.
Opportunity Details
This is a Combined Synopsis/Solicitation (FA460026Q0013) for commercial services. The requirement involves operating, maintaining, installing, refueling, and repairing energized and de-energized facility and power distribution components for electric circuits, electric control systems, and associated equipment at Building 518. The solicitation is subject to the Service Contract Labor Standards (FAR 52.222-41) and Wage Determination #2015-5005, revision 27, applicable to specific counties in Iowa and Nebraska.
Scope of Work
The contractor will provide all necessary personnel, equipment, and services to ensure continuous and reliable electric power generation. Key responsibilities include:
- Operation & Maintenance: 24/7 operation of the B518 plant, ensuring voltage and frequency requirements are met. This includes generators, electrical control systems, and Real Property Installed Equipment (RPIE).
- Compliance: Adherence to Unified Facility Criteria (UFC), Air Force Manuals (DAFMAN), National Fire Protection Association (NFPA) standards, Original Equipment Manufacturer (OEM) manuals, and environmental regulations.
- Preventative Maintenance: Developing and executing an Electronic Preventative Maintenance and Inspection (EPMI) program, including cybersecurity for control systems.
- Fuel Systems: Operating and maintaining liquid fuel systems, acting as Tank Custodian, performing inspections, and responding to fuel spills.
- Reporting: Submitting weekly EPMI reports, monthly APIMS logs, calibration records, outage reports, and fuel tank inspection reports.
Contract Details & Period of Performance
- Contract Type: Implied Fixed-Price (based on CLIN structure).
- Set-Aside: 100% Small Business Set-Aside under NAICS Code 561210.
- Period of Performance: Base period from August 01, 2026, to July 31, 2027, with option periods extending through September 30, 2029.
- Place of Performance: Offutt Air Force Base, St Columbans, NE.
Submission & Evaluation
Offerors must submit an electronic copy of the completed and signed solicitation, along with additional information as required by the Addendum to FAR 52.212-1. Technical capability proposals (maximum 16 pages) must detail a 24/7 shift schedule, references for similar equipment, work experience/certifications for power generation, and an SOP for government-ordered generator backup. Evaluation will be based on Price and Technical factors, with an award made to the most advantageous offeror. The Government intends to award without discussions.
Key Dates
- Site Visit: Wednesday, February 18, 2026, at 09:00 AM CST. EAL requests for base access are due by COB Monday, February 16, 2026, to A1C Hunter Hendrix.
- Questions Due: Tuesday, February 24, 2026, at 11:00 AM CST.
- Answers Posted: Thursday, February 26, 2026.
- Offer Due Date: Monday, March 09, 2026, at 11:00 AM CST.
Special Requirements & Notes
All services are identified as Mission Essential. Staffing requires 24/7 continuous manning, and all personnel need a favorable NACI investigation for Common Access Card (CAC) eligibility. A Quality Control Plan must be submitted within 15 days of award. Mandatory reporting via SAM.gov for all contractor labor hours is required. Bidders must be registered in SAM.gov. Quotes must be valid for 60 calendar days from the submission date. Several attachments, including DD1423 forms for calibration, outage reporting, employee rosters, fuel tank consumption, and labor reporting, are part of the solicitation; bidders should ensure they can access all documents.