820 RHS Dowel Drill Machine
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (99 CONS LGC) is soliciting proposals for two (2) Three-Gang Pneumatic Slab Rider Dowel Pin Drills for the 820th Red Horse Squadron at Nellis AFB, NV. This is a combined Brand Name or Equal synopsis/solicitation issued as a Request for Quotation (RFQ) under a Total Small Business Set-Aside. The contract will be Firm Fixed Price (FFP), and award will be based on Lowest-Priced, Technically Acceptable (LPTA) criteria. Quotes are due by 10:00 AM Pacific Time on Friday, April 10, 2026.
Scope of Work
The requirement is for two (2) Three-Gang Pneumatic Slab Rider Dowel Pin Drills, specifically referencing the Minnich A-3SCW Slab Rider Dowel Pin Drill as the brand name or equal. These drills are for concrete pavement repair and construction. Key minimum requirements include:
- Quantity: 2 units
- Type: New, commercial-grade, multi-gang pneumatic, "Slab Rider" design.
- Compliance: TAA compliant (no PRC origin).
- Drilling System: Minimum 3 drilling heads, pneumatic power, 5/8" to 2" drill bit capacity, minimum 14" drilling depth.
- Performance: Operates on 100 PSI / 300 CFM air, adjustable drill spacing (12" standard).
- Features: Heavy-duty steel frame, pneumatic tires, Auto-Dry-Fire Shut-Off.
- Support: Minimum 12-month manufacturer warranty, CONUS dealer service/parts availability.
- Delivery: FOB Destination to Nellis AFB, NV, within 8-10 Weeks ARO. Equipment must be fully assembled and operational upon delivery.
Contract & Submission Details
- Solicitation Number: F3GHBA6075A001 (RFQ)
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (NAICS 333120, 1,250 employees size standard).
- Quote Due Date: Friday, April 10, 2026, at 10:00 AM Pacific Time.
- Submission Method: Electronic offers via email only to SrA Sedrina Welches at sedrina.welches@us.af.mil.
- Required Information: Product Specifications, CAGE code, SAM Unique Entity ID, Payment Terms, Discount Terms, Point of Contact, Phone, Fax, Email, and Proposed Delivery Schedule.
- Eligibility: Vendors must be registered in SAM (SAM.gov) prior to contract award; lack of registration is a determining factor.
Evaluation Criteria
Award will be made to the responsible vendor whose quote is the Lowest-Priced, Technically Acceptable (LPTA). This is an "all or none" requirement, meaning only one contract will be awarded, and vendors must quote the entire package to be considered responsive. Technical acceptability requires adherence to instructions in FAR 52.212-1 and meeting all requirements stated in the solicitation and Attachment 1 (Salient Characteristics).
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at http://www.acquisition.gov/. Attachment 1 provides detailed salient characteristics that proposed "equal" products must meet or exceed.