Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2026 SAM #8902
SOURCES SOUGHT

Z -- Request for Information - Electrical IDIQ - Edwards AFB

Notice Date
4/9/2026 7:37:23 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930125R2709
 
Response Due
4/14/2026 12:00:00 PM
 
Archive Date
04/15/2026
 
Point of Contact
Dustin Edwards, Adam R. Confer
 
E-Mail Address
dustin.edwards.18@us.af.mil, adam.confer.2@us.af.mil
(dustin.edwards.18@us.af.mil, adam.confer.2@us.af.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source
 
Description
Request for Information (RFI): Instructions for Submission of Capabilities Statement Subject: Market Research for Highly Qualified Entity-Owned 8(a) Electrical Contractor for Direct Award IDIQ Reference Number: FA930126R2709 A. Introduction and Purpose The U.S. Government is conducting market research to identify highly qualified Small Business Administration (SBA) certified entity-owned 8(a) firms capable of performing a wide range of electrical services via a potential two-year Indefinite Delivery, Indefinite Quantity (IDIQ) direct award contract. The purpose of this Request for Information (RFI) is to collect written information about the capabilities of 8(a) firms to determine if a suitable firm exists with the requisite expertise, resources, and management approach to successfully execute these services. A key objective of this market research is to identify an entity-owned 8(a) partner capable of self-performing a significant portion of the work, preferably a minimum of 50% overall work, using its own workforce. Who has a bonifed place of Buisness in CA. This is NOT a Request for Proposal (RFP) or a solicitation. The government does not intend to award a contract on the basis of this RFI. Responses to this RFI are not offers and cannot be accepted by the government to form a binding contract. The government will not pay for any information or administrative costs incurred in response to this RFI. All information received will be used for market research and planning purposes only. B. General Submission Guidance Your Capabilities Statement is the primary tool the government will use to assess your firm's qualifications. Please adhere to the following guidelines: No Pricing Information: This document must NOT contain any pricing, cost data, or financial proposals. Page Recommendation: Responses should be concise and focused. A total length of 20-30 pages is recommended. Not counted against this recommendation: Cover page, table of contents, and required attachments (resumes, licenses, bonding letters). Format: File Type: Single Adobe PDF file. Font: Times New Roman, 12-point (or equivalent Arial). Margins: 1-inch on all sides. Page Size: 8.5"" x 11"". Content: Be specific and provide concrete project examples. Vague marketing statements will not assist the government in its assessment. Organize your response into the sections outlined below. Use the section titles as headings in your document. C. Required Content for Capabilities Statement To allow for a thorough assessment of your firm's capabilities, please structure your response as follows. The factors are listed in descending order of importance to the government. Factor 1: High Voltage (HV) Electrical Experience (Most Important) Demonstrate your firm's direct, self-performed experience executing projects involving electrical systems above 600V. Provide detailed descriptions of at least one (1), and preferably several, self-performed HV projects your firm has completed. For each project, provide: Project title, location, customer, and contract value. A technical summary of the work, including the specific voltage levels (e.g., 4.16 kV, 15 kV). A description of the HV equipment installed or maintained (e.g., substations, switchgear, primary feeders, transformers). The percentage of the HV work that was self-performed by your direct workforce. Any unique challenges related to working on a military installation or secure campus. Factor 2: Diverse Electrical Systems Experience (Second Most Important) Demonstrate your experience across a variety of other critical electrical systems. Provide at least two project examples covering the following areas: Low Voltage (LV) Power: Panelboards, switchboards, and branch circuit wiring. Emergency Power: Standby generators, Automatic Transfer Switches (ATS), and UPS systems. Controls & Automation: Motor Control Centers (MCCs), Variable Frequency Drives (VFDs), and integration with facility control systems. Specialty Systems: Fire alarm, communications infrastructure, site lighting, and grounding systems. Factor 3: Management Approach & Capacity (Third Most Important) Describe your firm�s management structure and ability to handle the demands of an IDIQ contract. Management Plan: Provide a brief narrative of how you would manage 10-20 concurrent task orders. Describe your approach to subcontractor management. Detail your experience with federal contracting wage requirements (Davis-Bacon Act). Workforce & Resources: Describe the size and composition of your electrical workforce (number of master, journeyman, and apprentice electricians). Explain your capacity to respond to emergency service calls within a short timeframe. Self-Performance Capability: Describe your firm�s capability and corporate philosophy regarding self-performance. The Government is seeking a partner capable of self-performing a minimum of 50% of the work using its own labor and resources. Provide a statement confirming your ability and intent to meet this goal. Describe the specific types of work (e.g., HV installations, testing, conduit runs, terminations) you would typically self-perform with your own forces. D. Mandatory Pre-Requisite Qualifications To be considered a viable candidate for a direct award, a firm must possess the following qualifications. Please provide documentation for each as an attachment to your capabilities statement. Requirement 1: SBA 8(a) Certification Provide a copy of your firm's active SBA 8(a) Business Development Program certification. Requirement 2: California Contractor Licensure Documentation of a current, valid CSLB Class B General Contractor license. Documentation of a current, valid CSLB Class C10 Electrical Contractor license (can be held by your firm or a committed teaming partner). Requirement 3: Bonding Capacity A letter from a surety on the Treasury Circular 570 list confirming your firm's bonding capacity of at least $1,000,000 for a single project and $5,000,000 aggregate. E. Attachments Checklist Please include the following attachments with your Capabilities Statement submission: Attachment A: SBA 8(a) Certification Letter Attachment B: Bonding Capacity Letter Attachment C: California Contractor License Documentation (Class B and C10) Attachment D: Key Personnel Resumes (Optional, but recommended for key roles like Contract Manager, Superintendent, and HV Lead) Your response will assist the government in identifying highly qualified 8(a) firms for this potential requirement. Thank you for your time and interest.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fdd38aa9a5414f5f87f91e20a77c3c02/view)
 
Place of Performance
Address: CA 93561, USA
Zip Code: 93561
Country: USA
 
Record
SN07775167-F 20260411/260409230052 (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.