Skip to content
Department of Defense

GENERATOR PREVENTATIVE MAINTENENACE & REPAIRS

Solicitation: PANMCC_25_P_0000_014918
Notice ID: 5b2e85f2128d4b40ace9b8ae7e611c3c
TypeSources SoughtNAICS 811310PSCJ061DepartmentDepartment of DefenseAgencyDept Of The ArmyStatePRPostedFeb 11, 2026, 12:00 AM UTCDueFeb 20, 2026, 02:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PR. Response deadline: Feb 20, 2026. Industry: NAICS 811310 • PSC J061.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: PANMCC_25_P_0000_014918. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$44,922,173
Sector total $251,471,071 • Share 17.9%
Live
Median
$11,842
P10–P90
$5,116$879,780
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
17.9%
share
Momentum (last 3 vs prior 3 buckets)
+5514%($43,349,741)
Deal sizing
$11,842 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Fort Buchanan, Puerto Rico • 00934 United States
State: PR
Contracting office
Fort Buchanan, PR • 00934-4572 USA

Point of Contact

Name
Harvey Odom
Email
Harvey.Odom.civ@army.mil
Phone
7877073558

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • 419TH CSB • W6QM MICC-FORT BUCHANAN (RC)
Contracting Office Address
Fort Buchanan, PR
00934-4572 USA

More in NAICS 811310

Description

Sources Sought Announcement for Generator Preventative Maintenance and Repair Services

1. General Information

  • Agency: Mission and Installation Contracting Command (MICC)
  • Location: Fort Buchanan, Puerto Rico
  • Classification Codes:
    • NAICS: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (Small Business Size Standard: $12.5 million)
    • PSC: J061 - Maintenance, Repair, and Rebuilding of Equipment- Electric Wire and Power Distribution Equipment

2. Description of Requirement
The MICC-Fort Buchanan is seeking qualified sources to provide comprehensive preventive maintenance and unscheduled repair services for government-owned generators. The scope of work is detailed in the attached draft Performance Work Statement (PWS). The objective is to ensure all specified generators remain fully operational.

3. Purpose of this Notice
This Sources Sought is for market research and informational purposes only. It is not a solicitation (e.g., RFQ, RFP) and does not constitute a commitment by the Government. The purpose is to identify qualified businesses, particularly those in the following socioeconomic categories, capable of performing the required services:

  • 8(a)
  • HUBZone
  • Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Woman-Owned Small Business (WOSB)

4. Submission Requirements
Interested parties are requested to submit a capabilities statement that demonstrates the ability to perform the services described. The statement must include the following information:

  • Company Profile:
    • Business Name and Address
    • CAGE Code and Unique Entity ID (UEI)
    • Point of Contact (Name, Title, Phone, and Email)
    • Business Size and all applicable Socioeconomic Statuses
  • Technical Capability:
    • A summary of similar projects completed in the past, detailing the scope and complexity of the work.
    • A description of the specific technical skills your company possesses to perform the required tasks.
    • If subcontracting or teaming is anticipated, describe the management structure and the capabilities of the proposed partners.
    • Documentation supporting claims of organizational and staff capabilities.

5. Anticipated Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance: The Government anticipates a Base Period of one year plus four (4) one-year option periods.
  • Anticipated Award: 2nd Quarter of Fiscal Year 2026.

6. Response Instructions

  • Deadline: Responses must be received no later than February 20, 2026, at 10:00 AM Atlantic Standard Time (AST).
  • Submission: All responses must be submitted via email to harvey.odom.civ@army.mil.
  • Attachments: A draft PWS is attached for review.

7.  DISCLAIMER
THIS IS NOT A SOLICITATION. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES. ANY INFORMATION SUBMITTED IS STRICTLY VOLUNTARY AND WILL NOT BE RETURNED. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE SOLICITATION, IF ONE IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE SYSTEM FOR AWARD MANAGEMENT (SAM.GOV). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR SAM.GOV FOR FURTHER INFORMATION. NO PHONE CALLS WILL BE ACCEPTED.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.