Combat Arms Inspection and Cleaning Services
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 90th Contracting Squadron is soliciting quotes for Combat Arms Inspection and Cleaning Services at F.E. Warren Air Force Base, Wyoming. This is a competitive 8(a) set-aside for a Firm Fixed-Price contract, requiring comprehensive range cleaning, inspection, and maintenance. Quotes are due by April 23, 2026, at 10:00 AM MST.
Scope of Work
The contractor shall provide all management, tools, supplies, equipment, labor, and transportation for range cleaning and inspection services. Key tasks include:
- Basic Services: Scheduled cleanings, collection and disposal of waste (including lead/copper dust), and packaging in DOT-approved containers.
- Special Services: Full range cleaning, bullet residue removal, and drain grate cleaning.
- Auger Inspection: Inspection and maintenance of the Screw Conveyor System (SCS), including motors, junction boxes, and bullet trap plates.
- Dust Collection Unit (DCU) Inspection: Inspection, troubleshooting, and preventative maintenance of DCU components.
- Air Compressor and Air Lines: Inspection, troubleshooting, and repair, including oil/filter changes and leak testing.
- Post Cleaning Threshold: Ensuring work areas are lead-free, with post-cleaning surface sampling results below 200 micrograms per 0.1 sq/m.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: Total 8(a) Small Business Set-Aside
- NAICS Code: 562910 (Remediation Services) with a $25M small business standard.
- Published Date: March 25, 2026
- Site Visit: April 16, 2026, at 9:00 AM MST (Bldg 1591, F.E. Warren AFB). RSVP by April 13, 2026.
- Questions Due: April 17, 2026, by 3:00 PM MST
- Quotes Due: April 23, 2026, by 10:00 AM MST
Evaluation
Award will be made to the responsible offeror with the Lowest Priced Technically Acceptable (LPTA) quote. Evaluation factors include:
- Technical Capability: Meeting requirements per the Performance Work Statement (PWS), demonstrating ability to thoroughly clean the CATM Auger system while adhering to environmental safety guidelines.
- Price: Ensuring fair and reasonable pricing, potentially through comparison with other quotes or an Independent Government Estimate.
Submission Requirements
Offerors must be registered in SAM.gov at the time of quote submission. Required submission documents include:
- Statement of Understanding (Attachment 1 - PWS)
- Complete Copy of Attachment 4 - Contractor Response Form
- Firm Fixed Pricing (Unit Price and Extended Price, covering all PWS work)
Additional Notes
The Government intends to award without interchanges but reserves the right to conduct them. Attachments include the PWS, Clauses and Provisions, Wage Determinations, Contractor Response Form, Auger Pictures, and Supplemental Clauses.