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, 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.