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 Department of the Air Force, 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 for commercial products, issued as a Total Small Business Set-Aside. The requirement is for the supply of specific cage components for installation at Robins AFB, GA. Quotes are due by March 11, 2026, at 7:00 PM ET.

Scope of Work

The contractor shall provide all necessary tools, parts, materials, equipment, labor, and delivery for:

  • One (1) Production Support Center (PSC) Cage: 30'W x 105'L x 20'H, including a top enclosure, panels, one 4' swing door, and one 10' x 10' sliding door. Specifications include 2" x 2" x 10ga mesh, a padlock hasp, 48" deep wire decking, and 48" deep rack frames (42" deep with 3" thick frames on each side). Beam level capacity must be 2500 lbs or higher. The cage is 4-sided. It requires 16 sections of pallet rack (4 levels each) and 18 8'W x 12'H x 48"D frames with tapered non-jamming slot design.
  • One (1) Pylon Wing Interface (PWI) Cage: 25'W x 35'L x 20'H, including a top enclosure, panels, and one 10' x 10' sliding door. Uprights and beams are already in place; the vendor is required to supply only the wire decking (48" deep x 46" wide, two per beam level, 2,500lb capacity each). The cage is 4-sided.
  • General: All components must be supplied by the vendor. Teardrop punched uprights are acceptable. Compliance with FAR Subpart 25.1 Buy American-Supplies or FAR Subpart 25.4 Trade Agreements is required.

Contract & Timeline

  • Contract Type: 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)
  • Period of Performance: Anticipated 15 March 2026 – 14 March 2027
  • Anticipated Award Date: 15 March 2026
  • Delivery: Within 90 Days After Receipt of Order (ARO), FOB Destination.
  • Quote Due Date: March 11, 2026, 7:00 PM ET
  • Q&A Status: Q&A is now closed as of March 5, 2026.

Submission & Evaluation

  • Submission: Quotes must be emailed to margaret.gaskill.1@us.af.mil and jeffrey.pruitt@us.af.mil. Facsimile quotes are not accepted.
  • Required Documents: Company name, address, Cage Code, POC, POC email/phone, delivery time frame, and capability statement. Offerors must include a completed FAR 52.212-3, Offeror Representations and Certifications.
  • Evaluation: Award will be made to the responsible offeror whose quote, conforming to the solicitation, is the lowest price. Financial capability will be assessed via a pre-award survey through DCMA. Offerors must provide a narrative statement on financial responsibility.
  • Quote Validity: Quotes shall be valid for 30 days after the response due date.

Additional Notes

  • Place of Performance/Delivery: Robins AFB, GA 31098, Bldg 125, Dock 2. Unloading will be handled by an expediter on a first-come, first-served basis, with no unloading between 11:00 AM and 11:45 AM.
  • Government Furnished Equipment/Services: None. The Government will install the cages.
  • Warranty: Standard 12-month warranty required.
  • Security Requirements: Compliance with 32 CFR Part 117, NISPOM, DAFI 31-101, COMSEC, OPSEC, and Supply Chain Risk Management procedures is mandatory.
  • Contact: Primary point of contact is Margaret Gaskill (margaret.gaskill.1@us.af.mil).

People

Points of Contact

Margaret GaskillPRIMARY
Lasonia AndersonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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