Emergency Power and Switchgear Automation Controls Repair
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, 55th Contracting Squadron, is conducting a Sources Sought to identify qualified contractors for Emergency Power and Switchgear Automation Controls Repair at Offutt Air Force Base, Nebraska. This effort aims to upgrade, repair, and replace components of the Emergency Power Generator Systems and Electrical Switchgear Systems within Building 1000 (B1000) United States Strategic Command (USSTRATCOM). Responses are due May 4, 2026.
Scope of Work
The anticipated scope, detailed in the PWS, includes:
- Updating control programming for manual electrical bus separation and simultaneous Global Operations Center (GOC) separation.
- Programming capability to manage minimum generators for load demand.
- Installing input/output devices and control switches.
- Replacing/upgrading Master A and Master B Programmable Logic Controllers (PLC) with the latest hardware.
- Repairing power to Primary and Secondary I/O PLC modules.
- Correcting local/remote indication lights and annunciation.
- Developing and providing system restoration software/hardware/licenses and recovery methods.
- Updating and testing PLC programming for concurrent failure scenarios, and developing a Sequence of Operations (SOO) and Failure Modes and Effects Analysis (FMEA) report.
- Performing commissioning tests on all upgrades, repairs, and replacements.
- Providing training to on-site maintenance personnel.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Duration: Anticipated 6 months.
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance); feedback on suitability is requested.
- Response Due: May 4, 2026, 11:00 AM CST
- Published: April 24, 2026
Key Requirements & Instructions
- This is for planning purposes only; no solicitation is available at this time.
- Capability packages should be up to 3 pages (11-point font) and include company information (name, address, POC, CAGE, UEI, business size, security clearance, SAM registration).
- Small businesses must indicate their specific designation (e.g., 8(a), VOSB, SDVOSB, HUBZone, WOSB) and confirm capability to perform at least 51% of the work.
- A Cybersecurity Maturity Model Certification (CMMC) Level 1 is required at the time of award.
- All contractor employees working on USSTRATCOM systems must be certified by the OEM (ABB) for the specific system.
- Feedback is requested on the proposed NAICS code and the attached PWS.
Submission
Capability statements must be emailed to Amanda Smith (amanda.smith.70@us.af.mil) and Elizabeth Dennis (elizabeth.dennis.2@us.af.mil).
Additional Notes
This notice is for market research only and does not constitute a commitment by the Government to issue a solicitation or award a contract.