Request for Information - Electrical IDIQ - Edwards AFB
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 U.S. Air Force is conducting market research through a Request for Information (RFI) to identify highly qualified Small Business Administration (SBA) certified 8(a) firms for a potential two-year Indefinite Delivery, Indefinite Quantity (IDIQ) direct award contract for Electrical Services at Edwards Air Force Base, CA. The government seeks an 8(a) partner capable of self-performing a minimum of 50% of the work. This is not a Request for Proposal (RFP); responses will be used for market research and planning only. Responses are due April 10, 2026.
Scope of Work
The potential IDIQ contract will cover a wide range of electrical services, including repair, alteration, maintenance, and new installations of systems up to 34.5 kV. This includes pulling wire, repairing panel boards, rough and finish electrical work, replacing components, providing blueprints, and performing electrical studies. Specific systems include grounding, airfield lighting, fire alarm, EMCS, SCADA, generators, lightning protection, and cathodic protection. Work may also involve lead/asbestos abatement and equipment handling. Military Family Housing at Edwards AFB is excluded.
Contract & Timeline
- Type: Request for Information (RFI) for a potential IDIQ direct award
- Set-Aside: 8(a) Sole Source (FAR 19.8)
- Response Due: April 10, 2026, 7:00 PM ET
- Published: April 1, 2026
- Place of Performance: Edwards AFB, Air Force Research Laboratory (AFRL), and Air Force Plant 42 in Palmdale, CA.
Submission Requirements
Firms must submit a Capabilities Statement (recommended 20-30 pages, excluding attachments) in a single Adobe PDF file. Do NOT include pricing information. The statement must address:
- Factor 1 (Most Important): High Voltage (HV) Electrical Experience (systems above 600V, self-performed, project details, voltage levels, equipment, military installation challenges).
- Factor 2 (Second Most Important): Diverse Electrical Systems Experience (Low Voltage, Emergency Power, Controls & Automation, Specialty Systems).
- Factor 3 (Third Most Important): Management Approach & Capacity (managing concurrent task orders, subcontractor management, federal wage requirements, workforce size, emergency response, and confirmation of 50% self-performance capability).
Mandatory Pre-Requisite Qualifications
Firms must provide documentation for:
- SBA 8(a) Certification (active).
- California Contractor Licensure: Current, valid CSLB Class B General Contractor license and CSLB Class C10 Electrical Contractor license (can be held by firm or teaming partner).
- Bonding Capacity: Letter from a Treasury Circular 570 surety confirming at least $1,000,000 single project and $5,000,000 aggregate bonding capacity.
Additional Notes
This RFI is for market research only and does not constitute a solicitation or commitment to award a contract. The government will not pay for information submitted.