Install Ramp 10 Sunshade Fall protection System Edwards AFB

SOL #: FA930226Q0025Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA9302 AFTC PZZ
EDWARDS AFB, CA, 93524-1185, United States

Place of Performance

Edwards, CA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

Miscellaneous Construction Materials (5680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 19, 2026
2
Last Updated
Mar 19, 2026
3
Submission Deadline
Apr 7, 2026, 4:00 PM

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 (DAF), specifically AFTC PZZ at Edwards AFB, CA, is soliciting quotes for the acquisition and installation of a Fall Protection System for Ramp 10. This is a Request for Quote (RFQ), issued as a 100% Small Business Set-Aside. The primary objective is to enhance safety for personnel working on UK F-35B aircraft. Quotes are due by April 7, 2026, at 9:00 AM Pacific Daylight Time.

Scope of Work

The requirement involves the design and installation of fall protection systems at Edwards AFB, CA. This includes:

  • Ramp 10 UK Sunshade Fall Protection System: Installation of a portable and hard-mounted system compatible with the existing Big Top Manufactured sun shelter. This system must include Single Point Anchors (SPAs) and Self Retracting Lifelines (SRLs) to cover the upper working surface of a UK F-35B, providing over 15ft vertical clearance and rated for 300lbs+ users.
  • Hangar 1830 Portable Fall Protection System: Construction and delivery of a portable, freestanding system for the UK portion of Hangar 1830. It must be movable by hand, have brakes, be easily assembled/disassembled, span a minimum of 20ft, provide over 15ft vertical clearance, and support four users via 300lbs+ rated SRLs.
  • Training: Provision of in-person training on safe application, use, and fall rescue for both systems, including train-the-trainer sessions.
  • Onsite Preparation: Includes site preparation, safety barricades, site clean-up, and demobilization.

All work must adhere to specified standards including UFC 3-301-01, UFC 3-310-04, MIL STD 3007, FAA specifications, Military Specifications, Unified Facilities Criteria (UFC), Air Force Instructions (AFI), and Edwards AFB Standards. The contractor must provide all tools, materials, and equipment.

Contract & Timeline

  • Solicitation Number: FA930226Q0025
  • Contract Type: Firm Fixed Price (RFQ)
  • Set-Aside: 100% Small Business Set-Aside
  • NAICS Code: 332999 "All Other Miscellaneous Fabricated Metal Product Manufacturing" (Size Standard: 750 Employees)
  • Product Service Code: 5680 (Miscellaneous Construction Materials)
  • Period of Performance: Not to exceed 9 Weeks After Receipt of Order (ARO).
  • Place of Performance: Edwards Air Force Base, California.
  • Questions Due: April 2, 2026, at 9:00 AM Pacific Daylight Time.
  • Quotes Due: April 7, 2026, at 9:00 AM Pacific Daylight Time.
  • Published Date: March 19, 2026.

Evaluation

Award will be made to the responsible offeror whose quote is responsive and deemed the Lowest Priced Technically Acceptable (LPTA). Evaluation factors include Technical Acceptability and Price. The Government intends to award without discussions, so initial quotes should represent the offeror's best terms.

Submission Requirements

Offerors must submit quotes via email to jamil.minosa.2@us.af.mil and abel.alcantar.1@us.af.mil. The maximum file size per email is 10MB. Quotes should utilize the attached SF1449 or a separate PDF, ensuring all Contract Line Items (CLINs) are priced. Required contractor information includes SAM UEI, TIN, CAGE Code, Contractor Name, Payment Terms, Point of Contact, Email, Price, Warranty, Offer Expiration Date, FOB Destination, Delivery Lead Time/Period of Performance, and a Technical Approach. No site visit will be conducted unless a request is sent by March 24, 2026.

People

Points of Contact

JAMIL MINOSAPRIMARY
Abel AlcantarSECONDARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View