Skip to content
Department of Defense

Request for Information - Electrical IDIQ - Edwards AFB

Solicitation: FA930125R2709
Notice ID: 8c53bd2232cb410d92334af01c301ec9
TypeSources SoughtNAICS 238210PSCZ2JZSet-Aside8ANDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCAPostedApr 02, 2026, 12:00 AM UTCDueApr 10, 2026, 07:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 10, 2026. Industry: NAICS 238210 • PSC Z2JZ.

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: FA930125R2709. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.

12-month awarded value
$21,816,449
Sector total $36,819,308,737 • Share 0.1%
Live
Median
$134,842
P10–P90
$69,488$200,196
Volatility
Volatile97%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+4606%($20,908,572)
Deal sizing
$134,842 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 →
Map for CA
Live POP
Place of performance
California • 93561 United States
State: CA
Contracting office
Edwards Afb, CA • 93524-1185 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state match • scope type matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match • scope type match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match • scope type match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match • scope type match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match • scope type match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Dustin Edwards
Email
dustin.edwards.18@us.af.mil
Phone
Not available
Name
Adam R. Confer
Email
adam.confer.2@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA9301 AFTC PZIO
Contracting Office Address
Edwards Afb, CA
93524-1185 USA

More in NAICS 238210

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.

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.