VDC Maintenance
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 seeking proposals for VDC Maintenance services at Eielson Air Force Base, Alaska. This is a Total Small Business Set-Aside for the repair and maintenance of 270/480 Volts Direct Current (VDC) Power Units and Service Pits. Quotes are due by January 21, 2026, at 4:30 PM AKST.
Opportunity Details
This combined synopsis/solicitation (RFQ) is a re-acquisition for services previously performed by INDEN SOLUTIONS GROUP INC. The contract will be awarded based on best value, considering Cost/Price and Technical Capability. The NAICS code is 811310 with a $12.5M small business size standard. Mandatory SAM registration is required for award eligibility.
Scope of Work
The contractor will provide non-personal services including:
- Preventative Maintenance: Quarterly and annual inspections and servicing of VDC Units per manufacturer recommendations, including quarterly reports.
- Repair Service Calls: Routine (48-hour response) and emergency (24-hour response) service calls, requiring a Letter of Recommendation Repairs (LLR) with costs within 24 hours.
- Inventory Management: Management of EAFB stock replacement parts inventory (approx. $15,000.00), with restocking of Government-Provided Materials (GPM) at Cost Plus 15%.
- Ancillary Services: Solid waste collection/disposal and annual hazardous waste training. Performance will be evaluated based on COR assessment, tenant satisfaction, and adherence to response times. A one-year warranty on parts and workmanship is required.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (RFQ)
- Period of Performance: One base year (March 1, 2026 – February 28, 2027) with three 12-month option years, extending through February 28, 2030. Options to extend under FAR 52.217-8 (up to 6 months) and FAR 52.217-9 are included.
- Place of Performance: Eielson AFB, Alaska.
- Questions Due: January 15, 2026, at 4:00 PM AKST.
- Quotes Due: January 21, 2026, at 4:30 PM AKST.
Submission & Contacts
Electronic submissions are required via email to A1C Jedidiah Lee (jedidiah.lee@us.af.mil) and SSgt Nicholas Johnson (nicholas.johnson.83@us.af.mil). Bidders must adhere to the provided Wage Determination (No. 2015-5683, Revision No. 25) for labor costs. Amendment 3 has been issued and should be reviewed for any further updates.