Electrical, Mechanical, and General Infrastructure Projects

SOL #: 832673863Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Defense Information Systems Agency (Disa)
IT CONTRACTING DIVISION - PL83
SCOTT AFB, IL, 62225-5406, United States

Place of Performance

Scott Air Force Base, IL

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 17, 2026
2
Response Deadline
Mar 17, 2026, 7:00 PM

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 Defense Information Systems Agency (DISA), through its IT Contracting Division, has issued a Sources Sought Notice to identify qualified large and small businesses for upcoming electrical, mechanical, and general infrastructure projects. This market research aims to establish a Blanket Purchase Agreement (BPA) with an estimated ceiling value of $170 million over a potential 10-year period. Responses are due by March 17, 2026.

Scope of Work

DISA is seeking capabilities for a wide range of infrastructure projects across various CONUS and OCONUS data center locations. The anticipated work includes:

  • Electrical Projects: Upgrades and replacements of CRAC units, PDUs, UPS systems, main electrical busways, medium/low-voltage switchgear, transformers, and facility main electrical service. This also covers integrated UPS, generator, and switchgear systems, and new PDU installations.
  • Mechanical Projects: Installation/upgrade of condenser water filtration, heating boilers, In-Row Cooling (IRC) units, 'free cooling' systems, Rear Door Heat Exchangers (RDHx), chiller/cooling tower repair, central cooling plant upgrades, CRAH units, hot/cold aisle containment, and AHU replacements. Modifications to diesel fuel systems and new bulk storage tanks are also included.
  • General Infrastructure Projects: Design, procurement, and installation of server racks, cabinets, cable tray/ladder rack systems, office furniture, raised access flooring, physical security systems, and Building Automation System (BAS) upgrades. Procurement of Modular Power Distribution Units (MPDUs).
  • Operations and Maintenance (O&M): Comprehensive cleaning of HVAC ductwork and professional testing, adjusting, and balancing (TAB) of hydronic and HVAC air distribution systems.

Required Capabilities

Respondents must demonstrate experience in:

  • Critical Power Infrastructure (Tier III/IV Data Centers)
  • Critical Environment Mechanical Systems (HVAC, cooling)
  • Data Center / Technical Space Fit-Out (racks, cabling, raised flooring)
  • Power Systems Integration (UPS, generators, switchgears)
  • Security Systems (access control, CCTV)
  • General infrastructure and O&M, including commissioning services
  • Ability to provide on-site service at all CONUS and OCONUS Data Centers.

Contract & Timeline

  • Opportunity Type: Sources Sought
  • Anticipated Contract Type: Blanket Purchase Agreement (BPA)
  • Period of Performance: October 1, 2026, to October 1, 2031, plus five 1-year option periods.
  • Estimated Ceiling Value: $170 million
  • Response Due: March 17, 2026, 2:00 PM CDT
  • Published Date: February 17, 2026

Eligibility & Submission

This is market research to determine the availability and technical capability of businesses, including small businesses, and to assess the feasibility of a small business set-aside. The NAICS code is 541330 - Engineering Services ($25.5M size standard).

Interested businesses should submit a brief capabilities statement package (no more than six pages) addressing the required capabilities. Responses should also include information on any plans for joint ventures or partnering and demonstrate compliance with FAR clause 52.219-14, Limitations on Subcontracting.

Submissions must be sent via email to Contract Specialist Matthew Wessel at matthew.c.wessel2.civ@mail.mil.

Important Notes

This is for informational purposes only and does not constitute a Request for Proposal or a commitment by the Government. No funds are available for response preparation.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 17, 2026
Electrical, Mechanical, and General Infrastructure Projects | GovScope