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 Total Small Business Set-Aside opportunity aims to replace aging storage systems to enhance efficiency for supplies, records, and materials. Proposals are due March 4, 2026, at 10:00 AM PT.
Scope of Work
The contractor will provide a complete turnkey solution, including:
- Removal and disposal of existing vertical carousel units.
- Return of serviceable parts from existing units to the government.
- Delivery and installation of seven new vertical carousel units (specific LRS models: C, E, F, H, G, IPE, Envision).
- Testing of new units for operational capability.
- Disposal of all resulting debris and waste. All parts provided must be new, and standard manufacturer warranties apply. The contractor is responsible for providing scrap metal bins, a forklift, and a scissor lift for installation. Certified electricians are required for power disconnection and reconnection.
Key Requirements
- Units: Seven new Vertical Carousels, including specific LRS models, with detailed specifications for dimensions, carriers, power (480V/3-phase/50/60 Hz), automatic chain tensioners, and safety features (access light, safety-light curtain).
- Security: Personnel must comply with Fairchild AFB security regulations, pass background checks, and provide personal information (name, DOB, SSN, driver's license details) for installation access.
- Pricing: Quotes for each CLIN must be all-inclusive, covering labor, tools, equipment, parts, transportation, and supervision for the entire process. Prices must be held firm through May 31, 2026.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS 333922 (Conveyor and Conveying Equipment Manufacturing) with a 500-employee size standard. An SBA Nonmanufacturer Rule (NMR) waiver has been granted.
- RFQ Due: March 4, 2026, at 10:00 AM PT
- Questions Due: February 4, 2026, at 10:00 AM PT
- Published: February 27, 2026 (latest amendment)
Evaluation
Award will be based on Price and SPRS (Supplier Performance Risk System) in accordance with DFARS 252.204-7024, utilizing Simplified Acquisition Procedures.
Submission & Contact
Quotes must be submitted via email to SrA Yuying Wang (yuying.wang@us.af.mil) and Kathleen Rauch (kathleen.rauch@us.af.mil). All questions must be directed to SrA Yuying Wang.