FY26 LRS Vertical Carousels
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 is soliciting proposals for the removal and installation of seven (7) new Vertical Carousels at Fairchild Air Force Base, WA. This is a Total Small Business Set-Aside opportunity. The government requires new units that meet or exceed the performance characteristics outlined in the Statement of Work. Quotes are due by February 18, 2026, at 10:00 AM PT.
Scope of Work
This combined synopsis/solicitation requires contractors to furnish all labor, tools, parts, transportation, and supervision for:
- Removal of seven existing vertical carousel units, including disassembly and disposal of debris.
- Return of serviceable parts (shelves, bins, drawers, assemblies, doors) to the government.
- Delivery and installation of seven new vertical carousels.
- Testing for operational capability.
- Disposal of any remaining debris/waste. All work will be performed on Fairchild Air Force Base, with specific locations detailed in the SOW. Proposed units must be new and come with standard manufacturer warranties.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333922 (Conveyor and Conveying Equipment Manufacturing), Size Standard: 500 Employees
- PSC Code: 3990 (Miscellaneous Materials Handling Equipment)
- RFQ Due Date: February 18, 2026, at 10:00 AM PT
- Questions Due: February 4, 2026, at 10:00 AM PT
- Site Visit: January 28, 2026, at 10:00 AM PT at Fairchild AFB
- Published Date: January 20, 2026
Evaluation
Award will be based on Price and SPRS (Supplier Performance Risk System) in accordance with DFARS 252.204-7024, utilizing Simplified Acquisition Procedures. The government intends to award a single contract.
Special Requirements & Notes
- Nonmanufacturer Rule (NMR) Waiver: An individual waiver has been granted by the SBA for this procurement under NAICS 333922, allowing qualified small businesses to supply products manufactured by other-than-small businesses or foreign manufacturers. This is a one-time waiver specific to this procurement.
- Unit Specifications: While not specifically requiring Remstar units, proposed units must meet or exceed SOW performance characteristics. Offerors must include technical information (e.g., product literature) to demonstrate compliance.
- Base Access: Personnel must abide by Fairchild AFB security regulations, pass background checks, and provide personal identification details for installation access.
- Contractor Responsibilities: Provide certified electricians, scrap metal bins, forklift, and scissor lift.
- Submission: Quotes must be emailed to SrA Yuying Wang (yuying.wang@us.af.mil) and Kathleen Rauch (kathleen.rauch@us.af.mil). Offerors must acknowledge Amendment 0001 and fill out Blocks 15a, 15b, 15c. All prospective offerors must be registered and active in SAM.gov.