- 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
GENERATOR PREVENTATIVE MAINTENENACE & REPAIRS
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PR. Response deadline: Feb 20, 2026. Industry: NAICS 811310 • PSC J061.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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.
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.