Solar Panel removal and reinstall McNAir 69
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 Army is conducting a Sources Sought for the removal and reinstallation of solar panels on Building 69 at Fort McNair, DC. This market research aims to identify qualified vendors for a potential competitive procurement, despite the current intent to award on a sole source basis. Responses are due by May 6, 2026, 12:00 PM CST.
Purpose
This Sources Sought Notice is for informational and planning purposes only, seeking to identify businesses capable of performing the required work. The U.S. Government currently intends a sole source award but is exploring options for a competitive procurement based on industry responses.
Scope of Work
The primary requirement involves the temporary removal and subsequent reinstallation of a distributed solar photovoltaic (PV) system at Building 69, Fort McNair. This is to facilitate a full roof replacement. Key tasks include:
- Removal: Disconnecting, removing, palletizing, and storing existing solar panels and associated racking/hardware. This includes safety documentation, structural engineering consultation for roof load, interior/roof protection, and crane operations.
- Reinstallation: After roof replacement, reassembling the rail system, reinstalling solar panels, and reconnecting DC wiring. This phase requires a condition survey, fall protection, and commissioning of the reinstalled system.
Contract & Timeline
- Type: Sources Sought (anticipated contract type is Fixed Price).
- Duration: Total contract performance period not to exceed 18 calendar months.
- Place of Performance: Building 69, Fort McNair, DC.
- Set-Aside: Open to all businesses. Small businesses (including 8(a), Small Disadvantage, HUBZone, Service-Disabled Veteran-Owned, Women-Owned Small Business) are strongly encouraged to respond to inform potential future set-aside decisions.
- Questions Due: April 28, 2026, 12:00 PM CST.
- Responses Due: May 6, 2026, 12:00 PM CST.
- Published: April 21, 2026.
Key Information Requested
Vendors are requested to provide:
- Identification of conditions restricting competition and proposed solutions.
- Firm details: Name, Point of Contact, SAM UEI, CAGE code, business size, and certifications.
- Interest in competing as a prime contractor or subcontractor, including teaming arrangements.
- Detailed relevant experience (size, scope, complexity, timeframe).
- Information on commercial availability, pricing, delivery schedules, terms, and warranties.
- Recommendations for structuring contract requirements to facilitate competition, especially among small businesses.
- Recommendations to improve the Army's approach, specifications, or the draft Statement of Work (SOW).
- Opinion on the proposed NAICS code 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a $19M size standard.
Points of Contact
- Primary: Caleb President, Contract Specialist (caleb.j.president.civ@army.mil)
- Secondary: Sylvia Farmer, Contracting Officer (sylvia.farmer.civ@army.mil)
Additional Notes
This notice does not constitute a solicitation. All communications must be in writing and reference W9124J-26-C-SOLR. Potential offerors are responsible for monitoring www.sam.gov for future solicitations.