NOS WSR - Data Center Infrastructure
SOL #: W50S7X-26-Q-A003Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W7M9 USPFO ACTIVITY KSANG 184
MCCONNELL AFB, KS, 67221-9000, United States
Place of Performance
PRAIRIE VLG, KS
NAICS
Electrical Contractors and Other Wiring Installation Contractors (238210)
PSC
Installation Of Equipment: Electrical And Electronic Equipment Components (N059)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 5, 2026
2
Submission Deadline
Apr 9, 2026, 1:00 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 Department of the Army, through the 184 Kansas Air National Guard, is soliciting proposals for Data Center Infrastructure at McConnell Air Force Base, KS. This Total Small Business Set-Aside opportunity requires a contractor to engineer, design, procure, and install a complete and functional data center solution. Quotations are due April 9, 2026, at 9:00 AM CST.
Scope of Work
The contractor shall provide a comprehensive data center solution, including:
- Racks/Cabinets: Thirty-eight (38) units with specific dimensions, features, and a 3,000 lbs load rating, compliant with TIA-607-C grounding.
- Cold Aisle Containment: Installation of doors, ceilings, and partitions for two designated pods (28-rack and 14-rack configurations) to ensure strict airflow management.
- Power Distribution Units (PDUs): Seventy-six (76) metered PDUs (two per rack) with L6-30P plugs, 30 Amp, 208/240V, and a mix of IEC C13 and C19 outlets, each featuring a local LCD screen.
- Environmental Monitoring System (Optional CLIN 0002): A NIPRNET-approved system with an Authority to Connect (ATC), remote accessibility, Active Directory/LDAP authentication, perpetual licenses, and sensors for temperature/humidity, water/leak, airflow, smoke detection, and door contacts, with alerting and data logging capabilities. All installed equipment must be compliant with standards for future Sensitive Compartmented Information Facility (SCIF) accreditation and be non-RF transmitting.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP) Combined Synopsis/Solicitation (RFQ).
- Period of Performance: 180 calendar days from the date of award.
- Place of Performance: Room 281, Building 54, 52010 Jayhawk Drive, McConnell AFB, KS 67221.
- On-Site Installation Window: 08 July 2026 to 21 July 2026. Physical work inside the data center must be completed within 14 calendar days of the ATP.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 238210 (Size Standard: $19,000,000).
- Submission Deadline: April 9, 2026, 9:00 AM CST.
- Published Date: March 5, 2026.
Submission & Evaluation
- Submission Method: Electronic submission to 184WG.MSG.CONTRACTING@us.af.mil. Quotes must be in MS Office 2013 compatible formats (Word, Excel, PDF) and not password protected.
- Evaluation Factors: Award will be made to the lowest responsible offeror meeting salient characteristics and schedule/delivery outlined in the PWS. Evaluation will consider Price, Technical Factor, and Schedule/Delivery.
- Quote Acceptance: Offerors must specify a quote acceptance period of not less than 60 days.
- Requirements: Offers must be submitted for all requirements identified in the solicitation ("All or None"). Offerors must include completed FAR 52.212-3 (Representations and Certifications).
Special Requirements & Notes
- Funding: Funds are not presently available for this acquisition; no contract award will be made until appropriated funds are available.
- Dependencies: Work cannot begin until Phase 1 (base building construction) is complete.
- Personnel: Personnel performing IA/IT functions must be certified per DoD 8570.01-M.
- Security: Compliance with installation/facility access, local security policies, background checks, and mandatory training is required.
- Deliverables: Include a Test and Acceptance Plan, a minimum one-year warranty, a spare parts kit, training, final site cleaning, and a comprehensive documentation package (as-installed drawings, manuals, SCIF/NIPRNET compliance). An OPSEC Plan is also required.
- Wage Determination: The Service Contract Act (SCA) Wage Determination for Kansas applies, requiring bidders to adhere to specified minimum hourly wage rates and fringe benefits for labor costs.
- Contacts: Primary: Joshua Kingori (184WG.MSG.CONTRACTING@us.af.mil, 316-759-7590). Secondary: Vernon Verschelden (vernon.l.verschelden.civ@army.mil, 785-646-0852).
People
Points of Contact
Joshua KingoriPRIMARY
Vernon VerscheldenSECONDARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 5, 2026