Sources Sought Announcement
Emergency Power and Switchgear Automation Controls Repair
at Offutt AFB, NE
The 55th Contracting Squadron is seeking sources for the Emergency Power and Switchgear Automation Controls Repair effort.
CONTRACTING OFFICE ADDRESS: 55 CONS/PKT
106 Peacekeeper Lane, STE 2N3
Offutt AFB, NE 68113
- INTRODUCTION
- This is a Sources Sought notice being conducted pursuant to RFO Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time.
- The 55th Contracting Squadron at Offutt Air Force Base, Nebraska, seeks potential contractors to submit their interest and ability to provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Emergency Power and Switchgear Automation Controls Repair.
- The interested contractors shall identify their ability to provide upgrades, repairs, and/or replacements to the Emergency Power Generator Systems and Electrical Switchgear Systems located within B1000 United States Strategic Command (USSTRATCOM) IAW the PWS.
- Period of Performance: It is anticipated by the Government that this effort shall take no more than six (6) months to complete. The Government requests feedback and justification regarding the viability of this schedule.
- For this effort, the Government is considering the North American Industrial Classification Systems (NAICS) code of 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance). The Government requests feedback and justification if a different NAICS code would be more suitable for this effort.
- INFORMATION AND INSTRUCTIONS
- All contractors capable of and interested in providing these services are invited to respond. Any information provided to the Government as a result of this Sources Sought is voluntary and the Government will not pay for any information submitted. Respondents are required to submit capability packages, as described below.
-
-
- Capabilities packages should include up to a 3-page capability summary. Text should be no smaller than 11-point font and include:
- Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Cage Code, Unique Entity Identifier, business size, and security clearance level (if available). Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov.
- Small Business: Small business respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, etc. Additionally, if your company is a small business, you must be capable of performing at least 51% of the total requirement within your own company.
- Cybersecurity Maturity Model Certification (CMMC) certification level: Please note a Level 1 Cybersecurity Maturity Model Certification (CMMC) is required at the time of award. See DFARS 252.204-7021 for contractor compliance.
- Confirmation of Certification: The contractor must confirm that all contractor employees working on the USSTRATCOM systems would be certified by the OEM (ABB) for the system being worked on.
- NAICS Request: As stated in paragraph A.5. above, the contractor provide feedback and justification if a different NAICS code would be more suitable for this effort.
- PWS Feedback: The Government requests contractor feedback on attached PWS.
Capabilities statements shall be emailed to Amanda Smith amanda.smith.70@us.af.mil and Elizabeth Dennis elizabeth.dennis.2@us.af.mil NLT 1100 (CST) Monday, 4 May 2026.