Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2025 SAM #8767
SOURCES SOUGHT

99 -- High-Altitude Electromagnetic Pulse (HEMP) Hardness Maintenance/ Hardness Surveillance (HM/HS) Engineering/Technical Support and Enhancements

Notice Date
11/25/2025 10:34:15 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4600 55 CONS PKP OFFUTT AFB NE 68113 USA
 
ZIP Code
68113
 
Solicitation Number
FA4600-26-R-HEMP
 
Response Due
12/5/2025 12:00:00 PM
 
Archive Date
12/06/2025
 
Point of Contact
Jennifer Murren, Phone: 4022942907, Daniel Gresko, Phone: 4022943621
 
E-Mail Address
jennifer.murren@us.af.mil, daniel.gresko@us.af.mil
(jennifer.murren@us.af.mil, daniel.gresko@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Request for Information (RFI) High-Altitude Electromagnetic Pulse (HEMP) Hardness Maintenance/ Hardness Surveillance (HM/HS) Engineering/Technical Support and Enhancements AT OFFUTT AFB, NE A. INTRODUCTION This is an RFI being conducted pursuant to FAR 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 HEMP HM/HS protection which will ensure survivability from a HEMP event. Since HEMP shield systems are easily rendered ineffective by incorrect usage and/or inadequate life cycle maintenance, a structured methodology of performing tests, inspections, and maintenance must be performed and documented. The interested contractors shall identify their ability to provide engineering and technician support for HEMP HM/HS work. HM/HS actions shall incorporate any infrastructure or structural requirements to support the mission IAW the HM/HS Plan and Procedures Manuals, applicable Technical Orders (TO), and in accordance with (IAW) MIL-STD-188-125-1A. Task requirements include�. a) Reliability, maintainability, and availability (RMA) metrics on HEMP Hardness Critical Items (HCIs)/ Hardness Critical Assemblies (HCAs) b) Testing utilizing Shielded Effectiveness Testing, Continuous Wave Immersion Testing and Ultrasonic Shield Testing c) Inspections and Preventative Maintenance. 4. Period of Performance: It is anticipated that the contract period will include a one-year base period, four (4) one-year option periods and a six-month extension will be available for exercise IAW FAR 52.217-8 Option to Extend Services. 5. The North American Industrial Classification Systems (NAICS) code is 541330, Engineering Services. B. 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 RFI is voluntary and the Government will not pay for any information submitted. Respondents are required to submit capability packages, as described below. a. Capabilities packages should include up to a 2-page capability summary and up to a 2-page past performance submission. Text should be no larger than 12-point font and include�. *Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Unique Entity Identifier, business size, and security clearance level. 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. *Past Performance: Two (2) examples should be from work actually performed for HEMP HM/HS maintenance and testing within the last 5 years valued at $1 Million or more. The contractor must provide the following information for each example: a.) Description of the requirement b.) Customer name c.) Dollar value of requirement b. Capabiliteies statements shall be emailed to Angela LeRoy angela.leroy@us.af.mil, Jennifer Murren jennifer.murren@us.af.mil and daniel.gresko@us.af.mil NLT 1400 (CST) Friday, 5 Dec 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6daac3ebe579460dab81e8aa059c0036/view)
 
Place of Performance
Address: Offutt AFB, NE 68113, USA
Zip Code: 68113
Country: USA
 
Record
SN07652120-F 20251127/251125230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.