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, through the 140th Logistics Readiness Squadron at Buckley Space Force Base, CO, is soliciting proposals for the acquisition and installation of a permanent, overhead fall protection system for the Refueling Maintenance (RFM) bay. This is a Total Small Business Set-Aside. Quotes are due by April 27, 2026, at 10:00 AM MDT.
Scope of Work
This opportunity requires the acquisition and installation of a permanent, engineered fall protection system to ensure a safe and compliant working environment for mechanics maintaining R-11 refueler trucks and other high-profile vehicles. The current facility lacks a compliant system, posing significant fall hazards (work surfaces exceeding 10 feet) and violating AFI 91-203 and OSHA regulations. The system must be a Permanent Rail System, rated for two users with a 400 lbs capacity, featuring an aluminum rail, two trollies, and two 20-foot Self-Retracting Lifelines (SRLs) with tag lines. Contractor responsibilities include all engineering, design, fabrication, materials, labor, equipment rental, travel, shipping, handling, final system certification, Certificate of Compliance, and one on-site training session.
Contract Details
This is a Combined Synopsis/Solicitation for commercial items, intending to award a Firm Fixed Price purchase order. It is designated as a Total Small Business Set-Aside under NAICS Code 333923 (Overhead Traveling Crane, Hoist, and Monorail System Manufacturing) with a 1,250-employee size standard. Delivery of all items is required within 30 days of contract award. Offerors must be registered in SAM.gov. Presently, no funds are available for this requirement, and the government will not provide contract financing.
Submission & Evaluation
Quotes must be submitted via email to 140.WG.MSC@us.af.mil by April 27, 2026, at 10:00 AM MDT. Quotes should not exceed 10MB, and individual documents should not be longer than 5 pages. Evaluation will be based on Technical acceptability (meeting salient characteristics, providing sufficient information like photos or product literature), Past Performance (via FAPIIS and SPRS), and Price (best value). Questions are due by April 15, 2026. A site visit is scheduled for April 14, 2026, at 10:00 AM MDT; RSVP is required by April 8, 2026. Bidders needing unescorted base access for the site visit must complete the updated Buckley SFB Form 128.
Key Clauses & Notes
The solicitation incorporates numerous clauses by reference, covering prohibitions (e.g., former DoD officials, specific business operations), acquisition restrictions (e.g., covered defense telecommunications, Buy American), payment via Wide Area WorkFlow (WAWF), unique item identification, and various representations and certifications (e.g., business size, compliance). The Q&A document notes that specific railing dimensions are not provided, but photos of the area are available.