91 OG Modular Walls

SOL #: FA452826JT09Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4528 5 CONS
MINOT AFB, ND, 58705, United States

Place of Performance

ND

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

Prefabricated And Portable Buildings (5410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 13, 2026
2
Last Updated
Feb 23, 2026
3
Submission Deadline
Feb 28, 2026, 5:00 AM

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 is soliciting proposals for the construction and installation of three modular walls for the 91st OSS/CC section at Minot Air Force Base, ND. This is a Total Small Business Set-Aside opportunity, issued as a Request For Quotation (RFQ). The walls require a universal framework for adaptability in elevation, dimension, fascia, and finish. Quotes are due by February 27, 2026, at 11:00 AM CDT.

Scope of Work

This requirement involves the construction and installation of three modular walls at 695 Minuteman Dr, Minot AFB. The walls must feature a universal framework with demountable fascia and accessories for easy reconfiguration. Specific technical requirements include:

  • Dimensions: Wall 1 (28 ft 8 in x 10 ft high with two barn doors), Wall 2 (15 ft 8 in x 10 ft high with no doors), and Wall 3 (11 ft 2 in x 10 ft high with one barn door). All walls are for a 10' high drop ceiling.
  • Materials: Top 1/3 clear glass (6mm single framed), bottom 2/3 fabric-wrapped acoustic panels (gray, horizontal grain). Silver metal finishes, ombre frosted glass, and aluminum frames.
  • Acoustics: Up to 46 STC for glass, up to 48 STC for solid panels, and up to 85 NRC.
  • Doors: ADA compliant barn style doors with frosted glass and vertical, rounded extra tall, silver handles.
  • Integration: Walls must integrate flush into existing drywall and ceiling panels, with no gaps to the ground.
  • Performance: Walls and doors must be in full working order, comply with local building codes, and be secured. Doors must close and latch without manual manipulation.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ)
  • Set-Aside: 100% Total Small Business Competition (FAR 19.5)
  • NAICS Code: 332311 (Prefabricated Metal Building and Component Manufacturing)
  • Small Business Size Standard: 750 employees
  • Product Service Code: 5410 (Prefabricated And Portable Buildings)
  • Place of Performance: 91 OSS/CC, 695 Minuteman Dr, Minot AFB, ND 58705
  • Period of Performance: Completion within 120 days from contract award, including installation and removal of existing systems.
  • Funding: Contingent upon the availability of appropriated funds.

Submission & Evaluation

  • Optional Site Visit: February 19, 2026, at 10:30 AM CST, at the Contracting Building, 165 Missile Ave, Minot AFB. Vendors must provide specific attendee information (Full Name, Company Name, Date of Birth, Phone Number, State Driver's License) by February 13, 2026, 10:00 AM CST for base access.
  • Questions Deadline: February 20, 2026.
  • Quote Submission Deadline: Thursday, February 27, 2026, no later than 11:00 AM CDT.
  • Submission Method: Via email to the Points of Contact (POCs).
  • Submission Format: Price quotations on the provided document (Quote Sheet), technical submissions on a separate document.
  • Quote Validity: 60 days.
  • Evaluation Criteria: Technical Capability (must meet specifications) and Price (evaluated comparatively).

Special Requirements & Contacts

  • Base Access: Commercial vehicles must use the South Gate. Personnel require an Entry Authority Letter (EAL) and background check.
  • Work Hours: Monday-Thursday, 0700-1600, excluding holidays and AFGSC down days.
  • Government Furnished Property: Contractor may use government power, water, and restroom facilities. Laydown/storage areas to be coordinated.
  • Clean Up: Daily cleanup and debris removal required.
  • POCs: Lt Jacob Trach (Jacob.Trach.1@us.af.mil, 701-723-4182) and Colton Snyder (colton.snyder@us.af.mil, 701-723-3056).

People

Points of Contact

Lt Jacob TrachPRIMARY
Colton SnyderSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 13, 2026
View