Emergency Power and Switchgear Automation Controls Repair

SOL #: FA46002026switchgearSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4600 55 CONS PKP
OFFUTT AFB, NE, 68113, United States

Place of Performance

St Columbans, NE

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 27, 2026
2
Response Deadline
May 5, 2026, 4:00 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 55th Contracting Squadron at Offutt Air Force Base, Nebraska, has issued a Sources Sought notice to identify qualified contractors for Emergency Power and Switchgear Automation Controls Repair at B1000 United States Strategic Command (USSTRATCOM). This market research aims to gather information for planning purposes, with no solicitation available at this time. Responses are due by May 5, 2026.

Scope of Work

The effort requires all personnel, equipment, supplies, and services necessary to perform upgrades, repairs, and/or replacements to the Emergency Power Generator Systems and Electrical Switchgear Systems within B1000. Key objectives include:

  • System Upgrades/Repairs: Programming for manual initiation of electrical bus separation, simultaneous GOC separation, emergency generator test automation, and load bank usage with live load testing. Installation of input/output devices and control switches.
  • Equipment Replacement: Replacement/upgrade of Master A and Master B Programmable Logic Controllers (PLCs) with the latest hardware. Repair of power to Primary and Secondary I/O PLCs.
  • Documentation & Training: Development of system restoration software/hardware/licenses, updated PLC programming, Sequence of Operations (SOO), and Failure Modes and Effects Analysis (FMEA) reports. Performance of commissioning tests and provision of training to on-site maintenance personnel.
  • Performance Standards: Ensure electric power sources for USSTRATCOM operate as a never-fail utility, with specific performance objectives and thresholds for Closed Transfer Capability and GOC Power Transfer Capability.

Contract & Timeline

  • Type: Sources Sought / Market Research (for planning purposes only)
  • Anticipated Period of Performance: 6 months (Government requests feedback on viability).
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) is being considered; feedback on alternative NAICS codes is requested.
  • Set-Aside: Not specified at this market research stage; however, small businesses are encouraged to identify their specific status (e.g., 8(a), VOSB, SDVOSB, HUBZone, WOSB).
  • Response Due: May 5, 2026, by 11:00 AM CST.
  • Published: April 27, 2026.

Submission Requirements

Interested contractors must submit a capability package, up to 3 pages (11-point font minimum), including:

  • Company Information: Name, address, point of contact (email/phone), CAGE Code, Unique Entity Identifier, business size, and security clearance level (if available). Companies must be registered in SAM.gov.
  • Small Business Status: Indicate specific small business designations and confirm capability to perform at least 51% of the requirement.
  • Certifications: Confirmation of Cybersecurity Maturity Model Certification (CMMC) Level 1 at time of award and confirmation that all employees working on USSTRATCOM systems will be OEM (ABB) certified.
  • Feedback: Provide feedback and justification on the suitability of the proposed NAICS code and feedback on the attached Performance Work Statement (PWS).

Key Requirements

  • CMMC Level 1 required at time of award.
  • OEM Certification (ABB) for all employees working on systems.
  • Air Force Common Access Card (CAC) and security background check for all employees.
  • Contractor responsible for safeguarding government equipment and property, and establishing key control procedures.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 27, 2026
Emergency Power and Switchgear Automation Controls Repair | GovScope