Mountain Home AFB AAFES Fuel Tanks Electrical Repairs

SOL #: FA489726AAFESSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4897 366 CONS PKP
MOUNTAIN HOME AFB, ID, 83648-5296, United States

Place of Performance

Mountain Home AFB, ID

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Feb 10, 2026
3
Response Deadline
Feb 16, 2026, 10:00 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 366th Contracting Squadron (366 CONS) at Mountain Home Air Force Base (MHAFB), Idaho, is conducting a Sources Sought (Request for Information) to identify qualified small businesses for electrical repairs to the AAFES fuel station's Veeder-Root Automatic Tank Gauge (ATG) Probe Communication System. This is a Total Small Business Set-Aside. Responses are due by February 16, 2026.

Scope of Work

The requirement involves repairing and hardening the ATG Probe Communication System for the Unleaded Tank (Probe 2) to restore reliable, code-compliant operation and prevent future surge-related failures. Key tasks include:

  • Removal of surge-damaged wiring and components.
  • Installation of new shielded communication wiring and conduit.
  • Installation of in-line surge protection devices.
  • Inspection of the ATG console and probe communication termination board.
  • Verification and potential enhancement of the existing grounding and bonding system.
  • Complete system testing and commissioning, ensuring stable communication for a minimum 24-hour observation period. All work must comply with relevant standards including NFPA 70, UFC 3-460-01, UFC 3-560-01, UFC 3-575-01, AFMAN 32-1065, and DAFMAN 91-203.

Contract & Timeline

  • Type: Sources Sought (Market Research)
  • Anticipated Contract Type: Firm-Fixed-Price
  • Magnitude: Less than $25,000
  • Period of Performance: 10 days
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: February 16, 2026, 10:00 PM UTC
  • Published: February 10, 2026

Key Requirements & Information Requested

Firms must utilize Veeder-Root certified technicians to repair, calibrate, and certify current system components per state UST regulations. All materials must be new, unused, and compatible with the Veeder-Root TLS-450 Plus system. A minimum one-year workmanship warranty is required. Interested firms must submit:

  • Firm's name, SAM.gov Unique Entity ID, address, primary point of contact, phone, and email.
  • Expressed interest in competing.
  • Statement describing past performance, technical experience, manufacturer qualifications, and capability to self-perform and manage subcontractors. All firms must be registered in SAM.gov.

Additional Notes

This notice is for market research and acquisition planning only and is NOT a solicitation. Responses are voluntary and will not be reimbursed. No offers will be considered or accepted in response to this notice.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 3Viewing
Sources Sought
Posted: Feb 10, 2026
Version 2
Sources Sought
Posted: Feb 9, 2026
View
Version 1
Sources Sought
Posted: Feb 9, 2026
View