Fall Protection System
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 Department of the Air Force, specifically the 140th Logistics Readiness Squadron at Buckley Space Force Base, CO, is seeking to acquire and install a permanent, overhead fall protection system for its Refueling Maintenance (RFM) bay. This is a Total Small Business Set-Aside opportunity. The system is crucial for ensuring the safety and compliance of mechanics working on R-11 refueler trucks and other high-profile vehicles. Quotes are due by April 27, 2026, at 10:00 AM MDT.
Scope of Work
The requirement is for the acquisition and installation of a permanent, engineered fall protection system. Key specifications include:
- System Type: Permanent Rail System.
- Capacity: Rated for 2 users, with a weight capacity of 400 lbs.
- Design: Requires additional support for the webb rail, centered over the work area between the truss.
- Material: Aluminum rail.
- Included Equipment: 2 trollies and 2 Self-Retracting Lifelines (SRLs), each 20 feet long with tag lines.
- Contractor Responsibilities: Include all engineering, design, fabrication, materials, labor, equipment rental, travel expenses for installation, shipping, handling, final system certification, Certificate of Compliance, and one on-site training session for government personnel.
Contract & Timeline
- Contract Type: Firm Fixed Price (Combined Synopsis/Solicitation).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333923 (Overhead Traveling Crane, Hoist, and Monorail System Manufacturing) with a 1,250-employee size standard.
- Published Date: March 11, 2026.
- Solicitation Issue Date: March 20, 2025 (Note: This date appears to be a typo in the source document, likely intended as 2026).
- Site Visit Date: April 14, 2026, at 10:00 AM MDT (RSVP required by March 31, 2026).
- Questions Due Date: April 15, 2026.
- Response Deadline: April 27, 2026, at 10:00 AM MDT.
- Delivery: All items shall be delivered within 30 days of contract award unless otherwise requested.
Evaluation
Award will be based on a best value determination considering Technical acceptability, Past Performance (using FAPIIS and SPRS), and Price. Technical acceptability requires quotes to adhere to solicitation instructions, meet salient characteristics, and provide sufficient product information (photos, literature, or manufacturer data/specs).
Eligibility & Submission
- This is a Total Small Business Set-Aside opportunity.
- All companies must be registered in SAM.gov to be considered for award.
- Quotes must be submitted via email to 140.WG.MSC@us.af.mil.
- Offerors must review all incorporated clauses and provide required representations and certifications.
Additional Notes
Attachments include a Statement of Need, Salient Characteristics, Provisions & Clauses, and a Base Access Form for the site visit. The government will not provide contract financing, and vendor responsibility will be determined per FAR Subpart 9.1.