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 removal and installation of seven (7) new Vertical Carousel filing systems at Fairchild Air Force Base, WA. This Firm Fixed-Price opportunity, titled "FY26 LRS Vertical Carousels" (FA462026QA202), is a Total Small Business Set-Aside. Proposals are due March 11, 2026, at 10:00 AM PT.
Scope of Work
The contractor will be responsible for furnishing all labor, tools, parts, transportation, and supervision necessary to:
- Remove and dispose of existing vertical carousel units and associated debris.
- Return serviceable parts from existing units to the government.
- Deliver and install seven (7) new vertical carousel units.
- Test new units for operational capability. Installation locations include five units at 400 S. Gate 35 Road, Bldg. 2045, and two units at 500 Arnold Road, Bldg. 2163, both at Fairchild AFB, WA.
Key Requirements & Standards
All new carousel units must comply with applicable safety regulations and include standard manufacturer warranties. Only new parts are accepted. Units must feature an automatic chain tensioner or equivalent, an access opening light, and a safety-light curtain. Specific bin clearance (0.5" overall) and access opening height (19.5" to 32") requirements apply, with 8.0" height bins accepted for intermediate shelves on specific carousels (C, H, G). Contractor personnel must abide by Fairchild AFB security regulations, undergo background checks, and will be escorted. Certified electricians are required for power work. The contractor must provide forklifts, scissor lifts, and scrap metal bins for disposal. Work hours are typically 0700-1630, Monday through Friday, excluding Federal Holidays.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333922 (Conveyor and Conveying Equipment Manufacturing)
- Size Standard: 500 Employees
- NMR Waiver: An individual waiver of the Nonmanufacturer Rule has been granted by the SBA for this procurement, allowing small businesses to supply products manufactured by other-than-small or foreign businesses.
- Evaluation: Award will be based on Price and Supplier Performance Risk System (SPRS) IAW DFARS 252.204-7024.
- Price Hold: Vendors must agree to hold prices firm through May 31, 2026.
Timeline & Submission
- Proposal Due Date: March 11, 2026, at 10:00 AM PT.
- Submission: Quotes must be emailed to SrA Yuying Wang (yuying.wang@us.af.mil) and Kathleen Rauch (kathleen.rauch@us.af.mil).
- Amendments: Nine amendments have been issued, primarily clarifying questions and revising the Statement of Work (latest is REV4). Offerors must acknowledge all amendments and ensure proposals reflect the latest SOW and Q&A.