Opportunity
PIEE #FA8601-26-R-0017
IDIQ Contract for Electrical System Repairs and Upgrades at Wright-Patterson Air Force Base
Buyer
AFLCMC PZI
Posted
April 17, 2026
Respond By
May 01, 2026
Identifier
FA8601-26-R-0017
NAICS
238210
This opportunity involves a large-scale, multi-year contract for electrical system repairs, upgrades, and replacements at Wright-Patterson Air Force Base and nearby government facilities. - Government Buyer: - Department of the Air Force, Air Force Civil Engineer Center (AFCEC), 88th Civil Engineer Group - Air Force Life Cycle Management Center (AFLCMC), AFLCMC/PZIO office - CEOER Construction Manager at WPAFB - OEMs and Vendors Mentioned: - Johnson Controls/Simplex (fire alarm panels) - Cummins (generators) - Trane, Carrier, York, Johnson Controls (HVAC chillers) - Square D (switchboards) - Products and Services Requested: - Repair, replacement, and upgrade of electrical systems (low/medium voltage, transformers, switchgear, panelboards, fire alarm networks, lighting, building automation) - Standardized equipment: Johnson Controls/Simplex fire alarm panels, Cummins generators, Trane/Carrier/York/Johnson Controls HVAC chillers - Replacement of a 2000A main-tie-main switchboard (Square D #QED-2 or equivalent) with associated breakers and feeders - IDIQ contract for ongoing electrical systems repair, including diagnostics, alterations, and replacements - Management, labor, material, equipment, transportation, and supervision for electrical systems repair over multiple ordering periods - Product Line Items: - Fire alarm panels (Johnson Controls/Simplex) - Generators (Cummins) - HVAC chiller systems (Trane, Carrier, York, Johnson Controls) - 2000A main-tie-main switchboard (Square D #QED-2 or equivalent) - Multiple breakers (100A, 200A, 400A, 800A, 2000A LSIG) - Feeder sets (4#600 KCMIL) - IDIQ ordering periods for electrical systems repair - Unique/Notable Requirements: - Prime contractor must self-perform most work; subcontracting allowed for specialized trades - Standardization on specific OEMs for fire alarm, generator, and HVAC equipment - Field verification and coordination with utility provider (AES) required for switchboard replacement - 100% small business set-aside under NAICS 238210 - Contract ceiling of $97.9M, with approximately 25 concurrent task orders annually - Warranty minimum of one year on work - Place of Performance: - Wright-Patterson Air Force Base, Ohio (multiple buildings and properties) - Nearby government facilities - Period of Performance: - Five one-year ordering periods plus an option period (total approx. 5.5 years) - 180 days for switchboard replacement task - Annual pricing updates based on RS Means data - Estimated Contract Value: - Up to $97.9M ceiling - Competing Products: - Siemens, Eaton, Schneider Electric (switchboards, breakers) - Honeywell, Siemens, Notifier (fire alarm panels) - Generac, Caterpillar (generators) - Daikin, Lennox (HVAC chillers) - Primary Competitors: - Siemens, Eaton, Schneider Electric, Honeywell, Generac, Caterpillar, Daikin, Lennox, Notifier
Description
SUBJECT: Pre-Solicitation, DRAFT Request for Proposal (RFP), FA860126R0017,1. This is a DRAFT Solicitation. The Government is seeking feedback on the requirement, no award will be made as a result of this Draft Solicitation. The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking industry input from potential sources, including Small Business (SB), HUBZone, 8(a), Woman-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small business concerns. This is for planning purposes only. The work consists of furnishing all labor, equipment, appliances, devices and materials, and performing all operations necessary in connection with, “Repair Electrical Systems” Statement of Work (see Pre-Solicitation 1442) including removals and miscellaneous work as specified and as shown, indicated, or noted on the drawings to be provided in individual orders. The site of the work is Area A, Area B and all other properties owned by Wright-Patterson Air Force Base, Ohio. This acquisition is under North American Industry Classification (NAICS) Code: 238210 and Small Business Size Standard: $19M.