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, 92 CONS LGC, is soliciting proposals for the FY26 LRS Vertical Carousels project at Fairchild Air Force Base, WA. This opportunity involves the removal of existing vertical carousel filing systems and the delivery and installation of seven (7) new LRS Vertical Carousels. This is a Total Small Business Set-Aside. Proposals are due by March 11, 2026, at 10:00 AM PT.
Scope of Work
The contractor shall furnish all labor, tools, parts, transportation, and supervision to:
- Remove and dispose of seven (7) existing vertical carousel units, returning serviceable parts to the government.
- Deliver and install seven (7) new vertical carousel units at specified locations within Bldg. 2045 (5 units) and Bldg. 2163 (2 units) on Fairchild AFB.
- Test new units for operational capability and dispose of all resulting debris/waste.
- Specific LRS Carousel models include C, E, F, H, G, IPE Carousel, and Envision Carousel.
Key Requirements
All parts provided must be new, with standard manufacturer warranties. Units require 480V / 3-phase / 50/60 Hz power, an automatic chain tensioner, and safety features like an access opening light and safety-light curtain. Certified electricians are required for power disconnection and reconnection. Contractor personnel must comply with Fairchild AFB security regulations, pass background checks, and will be escorted on the installation. The contractor must provide scrap metal bins, forklifts, and scissor lifts for the installation crew. Specific parts from existing units (Power Supply, Display Panel, Heavy Duty Safety Switch) must be saved, with the Heavy Duty Safety Switch re-installed on the replacement unit.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333922 (Conveyor and Conveying Equipment Manufacturing)
- Proposal Due: March 11, 2026, 10:00 AM PT
- Published Date: March 5, 2026
- Evaluation: Based on Price and Supplier Performance Risk System (SPRS) IAW DFARS 252.204-7024.
Additional Notes
An individual waiver of the Nonmanufacturer Rule has been granted for this procurement, allowing qualified small businesses to supply products manufactured by other-than-small businesses. Multiple amendments have been issued, clarifying the Statement of Work (now REV3), answering contractor questions, and extending the RFQ due date. Offerors must acknowledge receipt of all amendments. Questions should be directed to SrA Yuying Wang (yuying.wang@us.af.mil), and quotes submitted to both SrA Yuying Wang and Kathleen Rauch (kathleen.rauch@us.af.mil).