Offutt Air Force Base High-Altitude Electromagnetic Pulse (HEMP) Hardness Maintenance/Hardness Surveillance (HM/HS) Engineering/Technical Support and Enhancements
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 is soliciting proposals for High-Altitude Electromagnetic Pulse (HEMP) Hardness Maintenance/Hardness Surveillance (HM/HS) Engineering/Technical Support and Enhancements at Offutt Air Force Base, NE. This unrestricted opportunity seeks to ensure the survivability of HEMP shields through structured testing, inspections, and maintenance. Proposals are due February 27, 2026, at 02:00 PM local time.
Scope of Work
The contractor will perform HEMP HM/HS for HEMP shields located at Offutt AFB, specifically Building 1000, B500 HEMP Shielded Enclosure (HSE), and other potential future locations like B1500 SATCOM and the Senior Leader Network (SLN). Services include HEMP protection upgrades, modifications, preventative and corrective maintenance, testing (Shielded Effectiveness (SE), Continuous Wave Immersion Surveillance (CWIS), Ultrasonic Shield Testing), engineering support, technical analysis, vulnerability assessments, and equipment labeling. Rust mitigation is also included. All work must comply with MIL-STD-188-125-1A and MIL-HDBK-423. Emergency service calls require on-site support within four hours.
Contract Details
This is an unrestricted Solicitation (FA460026R0002) under NAICS 541330 (Engineering Services) with a size standard of $25,500,000.00. The estimated total award value is $25,500,000.00, with an estimated magnitude of 30,000 – 40,000 labor hours. The contract structure includes one transition/base period of one year, four one-year option periods, and a six-month extension. The transition period begins April 16, 2026, with full performance starting May 1, 2026. Pricing for most CLINs will be Firm Fixed Price, while Other Direct Costs (ODCs) require government approval and three quotes, with no profit allowed.
Key Requirements & Deliverables
Offerors must demonstrate significant experience, including 10 years in HEMP HM/HS, 10 years in SE Testing, 2 years in CWIS testing (400 test frequencies between 100kHz-1GHz), and 10 years in Ultrasonic Shield Testing. Personnel require Top Secret/SCI clearance at the time of award for site access. Required submissions include a Quality Control Plan (QCP), participation in Program Management Reviews (PMRs), and adherence to Controlled Unclassified Information (CUI) handling procedures. A Non-Disclosure Agreement (NDA) is required for access to certain documents, and an NCIC Screening & Pass Request is necessary for base access. A Small Business Subcontracting Plan may also be required.
Evaluation Criteria
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering acceptable past performance. Technical evaluation will assess five subfactors on an acceptable/unacceptable basis: HEMP HM/HS and Testing Experience, Management/Key Personnel, Quality Control, Security Clearance, and Mission Essential Services Plan. Past performance will be evaluated for recency, relevancy, and quality. Price will be assessed for reasonableness and balance.
Important Notes
Amendment FA460026R00020001 extended the deadline for the NCIC Screening & Pass Request form to February 4, 2026. Amendment FA460026R00020002 updated the PWS and CDRL Listing. A site visit was held on February 5, 2026.