SOURCES SOUGHT: Replace Site Lighting Electrical Conduits at 5 LFs
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
F.E. Warren Air Force Base, Wyoming, is conducting market research via a Sources Sought notice to identify qualified firms for a future Firm Fixed-Price contract to replace site lighting electrical conduits at five (5) Launch Facilities (LFs) located in Nebraska, Wyoming, and Colorado. This effort is anticipated to be a Total Small Business Set-Aside. A critical requirement for consideration is an up-to-date NIST SP 800-171 Assessment (score of 110) or CMMC Assessment Level 2 in the SPRS module of PIEE. Responses are due by February 12, 2026.
Purpose & Scope
This Sources Sought is for market research only; no award will be made from this notice. The objective is to determine the appropriate acquisition strategy and identify potential sources with expertise in electrical conduit replacement. The scope of work, detailed in the Statement of Work (SOW), includes:
- Removing existing failed conduit and associated wiring from the LSB to the power pole at five sites.
- Installing new 1 1/2" PVC coated rigid conduit, buried a minimum of 36 inches deep.
- Pulling new wire and connecting circuits for proper operation.
- Backfilling trenches with proper compaction and electrical warning tape.
- Installing new gate switches (Leviton 1221-21 Single-Pole 20A 277Volt Ivory Ac Switch) at specific sites. The period of performance is 120 calendar days.
Key Requirements & Capabilities
Interested vendors must demonstrate capabilities in providing all labor, materials, equipment, and transportation necessary to complete the project. Specific requirements include:
- Compliance with all specifications, drawings, and contract terms.
- Providing weekly project updates and holding necessary project meetings.
- Submitting proposals that include lead time for materials and relevant certifications/licenses.
- Adherence to strict security protocols, including Real ID-compliant identification for base access, EALs, and contraband restrictions.
- Compliance with OPSEC education and Controlled Unclassified Information (CUI) handling procedures.
- Obtaining necessary permits, such as a Dig Permit (AF Form 103) 30 days prior to excavation and a Hot Work Permit (AF Form 592) for burning/welding.
- Ensuring environmental compliance, coordinating hazardous materials with 90 CES Environmental, and adhering to a safety plan.
- Returning site conditions to their original state or better and providing a 30-day warranty.
Submission Details
Companies interested in this opportunity must submit a capability statement via email to megan.evans.3@us.af.mil and kyra.niece@us.af.mil. The capability statement should include:
- Company Name and CAGE Code Number
- Mailing Address
- Point of Contact (name, phone, e-mail)
- Website (if applicable)
- Business size and category (e.g., small, 8(a), VOSB, SDVOSB, HUBZone, SDB, WOSB).
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information
- Intended Contract Type: Firm Fixed-Price
- Set-Aside: Potential Total Small Business Set-Aside (NAICS 238210)
- Response Due: February 12, 2026, 6:00 PM ET
- Published Date: February 4, 2026