BAF 78384 PSC & PWI Cage Material Robins AFB
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 Air Force Sustainment Center PZIMB, Robins AFB, GA is soliciting quotes for Pylon Wing Interface (PWI) and Production Support Center (PSC) Cage Material. This is a Combined Synopsis/Solicitation (RFQ) issued as a Total Small Business Set-Aside. The requirement is for the supply of specific cage structures for the 402d Aircraft Maintenance Group. Quotes are due by March 11, 2026, at 7:00 PM ET.
Scope of Work
This opportunity requires the provision of one (1) Production Support Center (PSC) Cage and one (1) Pylon Wing Interface (PWI) Cage, delivered to Robins Air Force Base, GA.
- PSC Cage: Dimensions 30'W x 105'L x 20'H, with top enclosure, panels, one 4' swing door, and one 10' sliding door. Includes sixteen (16) sections of pallet rack (4 levels each), eighteen (18) 8'W x 12'H x 42"D frames with tapered non-jamming slot design, and wire decks (48" deep x 46" wide, two per beam level, 2,500lb capacity each).
- PWI Cage: Dimensions 25'W x 35'L x 20'H, with top enclosure, panels, and one 10' sliding door. Includes tapered non-jamming slot design draws and wire decks (48" deep x 46" wide, two per beam level, 2,500lb capacity each).
- Delivery: FOB Destination to Robins AFB, GA 31098, within 90 Days After Receipt of Order (ARO). The Government will handle installation.
- Compliance: All items must comply with FAR Subpart 25.1 Buy American-Supplies or be from partnering countries under FAR Subpart 25.4 Trade Agreements. A standard 12-month warranty is required.
Contract Details
- Contract Type: Firm Fixed Priced (FFP).
- Set-Aside: Total Small Business Set-Aside (NAICS 332618, size standard 500 Employees).
- Period of Performance: Anticipated base year from March 15, 2026 – March 14, 2027.
- Anticipated Award Date: March 15, 2026.
- Place of Performance: Warner Robins, GA 31098, United States.
Submission & Evaluation
- Quote Due Date: March 11, 2026, at 7:00 PM ET.
- Questions Due Date: February 23, 2026, 10:00 AM EST (This date has passed).
- Submission Instructions: Email quotes to margaret.gaskill.1@us.af.mil and jeffrey.pruitt@us.af.mil. Facsimile quotes will not be accepted.
- Required Documents: Quotes must include company name, address, CAGE Code, Point of Contact (POC) and their email/phone, delivery timeframe, and a capability statement. Offerors must also include a completed copy of FAR 52.212-3, Offeror Representations and Certifications.
- Evaluation Criteria: Award will be made to the responsible offeror whose offer, conforming to the solicitation, is the lowest price.
- Financial Capability: Offerors must provide a narrative statement on how they can cover financial responsibilities and any substantiating documentation. A pre-award survey through DCMA will be conducted.
- Quote Validity: Contractor quotes shall be valid for 30 days after the solicitation response due date.
Additional Notes
This announcement constitutes the only notice; a written solicitation will not be issued. The Government reserves the right to award all, some, or none of the items. Bidders should review the attached Purchase Description (PD) and the comprehensive list of Clauses and Provisions for full requirements and compliance details.