Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2026 SAM #8851
SOURCES SOUGHT

R -- Electrical, Mechanical, and General Infrastructure Projects

Notice Date
2/17/2026 7:46:04 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
IT CONTRACTING DIVISION - PL83 SCOTT AFB IL 62225-5406 USA
 
ZIP Code
62225-5406
 
Solicitation Number
832673863
 
Response Due
3/17/2026 12:00:00 PM
 
Archive Date
04/01/2026
 
Point of Contact
Matt Wessel
 
E-Mail Address
matthew.c.wessel2.civ@mail.mil
(matthew.c.wessel2.civ@mail.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
INTRODUCTION: This is a SOURCES SOUGHT NOTICE to determine the availability and technical capability of Large and Small businesses (including Small Disadvantaged Businesses, Small Business Administration certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Woman-Owned Small Businesses) to provide the required products and/or services. DISA/DITCO is seeking potential source information for upcoming electrical, mechanical, and general infrastructure projects established through a Blanket Purchase Agreement (BPA). See the following two attached documents: 832673863 Sources Sought 832673863 General Work Scope The anticipated BPA Period of Performance is from 1 October 2026 to 1 October 2031 plus five 1-year option periods. The ceiling value is estimated at $170 million. Places of performance include the following Data Center locations: Letterkenny Army Depot, PA Chambersburg, PA Columbus, OH Mechanicsburg, PA Gunter AFS, AL Montogomery, AL Tinker AFB, OK Oklahoma City Hill AFB, UT Ogden UT Lackland AFB, TX San Antonio, TX Joint Base Pearl Harbor (JPSH, HI) (OCONUS) Yokota Air Base, Fussa, Western Tokyo, Japan (OCONUS) Wiesbaden Army Airfield, Germany (OCONUS) Patch Barracks, Stuttgart, Germany (OCONUS) DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: 1. Critical Power Infrastructure: Describe and provide an example of your company�s experience in executing electrical projects in Tier III and Tier IV Data centers and Mission Critical facilities. 2. Critical Environment Mechanical Systems: Describe and provide an example of your company�s experience working in critical facilities (e.g., data centers, command centers) with HVAC and cooling systems. 3. Data Center / Technical Space Fit-Out: Describe and provide an example of your company�s experience working in technical environments with installing racks, cable management, and raised flooring. 4. Power Systems Integration: Describe and provide an example of your company�s experience in replacing and integrating systems involving UPS, generators and switchgears. 5. Security Systems: Describe and provide an example of your company�s experience with the installation and integration of access control systems and CCTV systems. 6. Operation and Maintenance: Describe and provide an example of your company�s General infrastructure and Operations and maintenance and Commissioning Services, which is required for any project turnover. 7. Travel: Describe and provide an example of your company's ability to provide on-site service work at all CONUS and OCONUS Data Centers. Include a clear and explicit statement confirming your company's existing capability to service all places of performance. SOURCES SOUGHT: To assist DISA in determining the level of participation by small business in any subsequent procurement that may result from this Sources Sought Notice, provide information regarding any plans to use joint ventures (JVs) or partnering. Please outline the company's areas of expertise and those of any proposed JV/partner who combined can meet the specific requirements contained in this notice. To determine a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company�s ability to perform in accordance with FAR clause 52.219-14, Limitations on Subcontracting. SUBMISSION DETAILS: Businesses who wish to respond must send a response via email NLT 2:00 PM Central Daylight Time, CDT, on March 17, 2026 to Contract Specialist Matthew Wessel at matthew.c.wessel2.civ@mail.mil. Interested businesses should submit a brief capabilities statement package addressing the specific above inquiries (no more than six pages) demonstrating the ability to perform the services listed under Required Capabilities. Any proprietary information and trade secrets must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. All submissions become Government property and will not be returned. All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as pursuant to 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/661bf284573348a5802693f9fd9253f0/view)
 
Place of Performance
Address: Scott Air Force Base, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN07718355-F 20260219/260217230047 (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!  © 1994-2026, Loren Data Corp.