AMARG Large Component Bead Blast Booth
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, through FA8227 AFSC OL H PZIM, has issued a Request For Quote (RFQ) for the turn-key design, construction, and installation of a Large Component Bead Blast Booth with a Pre-Engineered Metal Building (PEMB). This new corrosion control facility will be located at the 309th Aerospace Maintenance and Regeneration Group (AMARG) within Davis-Monthan Air Force Base (DMAFB), Tucson, AZ. Its primary function is the corrosion control of Aerospace Ground Equipment (AGE) and other ferrous items. This is a 100% Total Small Business Set-Aside. Proposals are due June 16, 2026, at 05:00 PM Local Time.
Scope of Work
The requirement encompasses the complete design, construction, and installation of the facility on a currently unimproved site. Key deliverables include:
- Site Civil Work: Minor construction, utility location and tie-in, clean spaces.
- Pad Mounted Electrical Equipment.
- Pre-Engineered Metal Building (PEMB): A weather-tight enclosure designed for a 40-year lifespan, modularity, and compliance with DMAFB guidelines, housing the blast booth and a separated maintenance support operations area.
- Plastic Media Blast Booth: A stand-alone system with a full-floor media recovery and dust collection system, maintaining specific airflow and negative pressure standards.
- Utilities and Site Work: Design and construction of electrical, water, and sanitary sewer infrastructure, foundations, grading, drainage, and paving.
- Testing, Commissioning, Documentation, and Training.
- Control System: PLC/HMI with cybersecurity and Authority to Operate (ATO).
- COTS Preference: Prioritization of Commercial Off-The-Shelf solutions, with justification required for non-COTS components.
Contract Details
This is a Firm Fixed Price contract. The period of performance is anticipated to begin by August 31, 2026, with required completion by December 20, 2027. The acquisition is a 100% Total Small Business Set-Aside under NAICS 332311 (750 employees size standard). Offerors must be registered in SAM.gov for this NAICS. FAR 52.219-14 (Limitations on Subcontracting) will be enforced. A Bid Guarantee of 20% of the bid price is required, and Payment and Performance Bonds will be necessary by the Notice to Proceed. Award is contingent upon funds availability, and the Government reserves the right to cancel the solicitation.
Submission & Evaluation
Proposals are due June 16, 2026, at 05:00 PM Local Time. Questions must be submitted by May 31, 2026, 5:00 P.M. MDT. Evaluation factors include Technical, Price, and Past Performance. A mandatory Technical Volume is required, demonstrating:
- Design Fidelity: Conceptual engineering design, technical approach, preliminary drawings, site layout, and material selection.
- Technical Capability: Detailed solutions for turnkey facility/structural design, blast booth/media handling systems, system integration/cybersecurity, and life-cycle management. Offerors must comply with Cybersecurity Maturity Model Certification (CMMC) requirements.
Additional Notes
A site visit is not required. Numerous Contract Data Requirements Lists (CDRLs) specify deliverables such as As-Built Drawings, Site Investigation Reports, Quality/Safety Plans, Program Progress Reports, Operations & Maintenance Manuals, and Training Materials, all requiring electronic submission in Microsoft Office compatible format.