BAF 78384 PSC & PWI Cage Material Robins AFB

SOL #: FA857126Q3000Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8571 MAINT CONTRACTING AFSC PZIM
ROBINS AFB, GA, 31098-1672, United States

Place of Performance

Warner Robins, GA

NAICS

Other Fabricated Wire Product Manufacturing (332618)

PSC

Hardware (5340)

Set Aside

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

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 11, 2026, 7:00 PM

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, requires the purchase of one Pylon Wing Interface (PWI) Cage and one Production Support Center (PSC) Cage. This is a Total Small Business Set-Aside combined synopsis/solicitation for commercial products. Quotes are due by March 11, 2026, at 7:00 PM UTC.

Scope of Work

This requirement is for the provision of all necessary tools, parts, materials, equipment, and labor for the delivery of two specialized cages to the 402d Aircraft Maintenance Group (AMXG) at Robins Air Force Base, GA. The Government will install the cages.

Key Deliverables:

  • One (1) Production Support Center (PSC) Cage: 30'W x 105'L x 20'H with a top enclosure, panels, one 4' swing door, and one 10' sliding door. The doors will be on the 105' face. It 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). The mesh size is 2" x 2" x 10ga, and a padlock hasp is required for the doors. The cage is 4-sided.
  • One (1) Pylon Wing Interface (PWI) Cage: 25'W x 35'L x 20'H with a top enclosure, panels, and one 10' sliding door. It includes tapered non-jamming slot design draws and wire decks (48" deep x 46" wide, two per beam level, 2,500lb capacity each). Upright beams are already provided for this cage. The cage is 4-sided.

All items must comply with FAR Subpart 25.1 Buy American-Supplies or be from partnering countries under FAR Subpart 25.4 Trade Agreements.

Contract & Timeline

  • Contract Type: Combined Synopsis/Solicitation (RFQ), Firm Fixed-Price (FFP).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 332618, Other Fabricated Wire Product Manufacturing (Size Standard: 500 Employees).
  • Place of Performance: Warner Robins, GA 31098.
  • Period of Performance: March 15, 2026 – March 14, 2027.
  • Anticipated Award Date: March 15, 2026.
  • Delivery: Within 90 Days After Receipt of Order (ARO), FOB Destination.
  • Quote Due Date: March 11, 2026, 7:00 PM UTC.
  • Published Date: February 26, 2026.

Submission & Evaluation

Quotes must be emailed to margaret.gaskill.1@us.af.mil and jeffrey.pruitt@us.af.mil. Facsimile quotes will not be accepted. Late quotes will be processed per FAR 52.212-1(f), and incomplete quotes will be deemed non-responsive. The Government intends to award to the responsible offeror whose offer is the lowest price and conforms to the solicitation. Offerors must provide a narrative statement on how they can cover financial responsibilities, as a pre-award survey through DCMA will evaluate financial capability. Quotes shall be valid for 30 days after the response due date. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications.

Additional Notes

A standard 12-month warranty is required. The solicitation includes security requirements (Government Security Regulations, COMSEC, OPSEC, Security Incident/Violation), Supply Chain Risk Management, and Agency Affirmative Procurement Program requirements. Invoicing will be electronic via PIEE/WAWF.

People

Points of Contact

Margaret GaskillPRIMARY
Lasonia AndersonSECONDARY

Files

Files

Download
Download
Download

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View