Install Ramp 10 Sunshade Fall protection System Edwards AFB
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 quotes (RFQ FA930226Q0025) for the design and installation of a Fall Protection System for Ramp 10 Sunshade and Hangar 1830 at Edwards Air Force Base, CA. This requirement is a 100% Small Business Set-Aside. Quotes are due by April 9, 2026, at 9:00 AM PDT.
Scope of Work
This opportunity requires the design and installation of two distinct fall protection systems:
- Ramp 10 UK Sunshade: A portable and hard-mounted system compatible with the existing "Big Top" sun shelter, featuring Single Point Anchors (SPAs) and Self Retracting Lifelines (SRLs) to cover the upper working surface of a UK F-35B. The system must provide over 15ft vertical clearance and be rated for a maximum user weight of 300lbs.
- Hangar 1830 UK Portion: A portable, freestanding system that is movable by hand, includes brakes, is easily assembled/disassembled, has a minimum span of 20ft, provides over 15ft vertical clearance, and supports 4 users via SRLs rated for 300lbs+. Two units are required to support 4 users. The contractor must provide 20 SPAs, 20 SRLs (with galvanized steel cable), and 20 taglines. In-person training on safe application, use, and fall rescue for both systems, including train-the-trainer sessions, is also required. All work must adhere to UFC, MIL STD, FAA, AFI, and Edwards AFB Standards. Engineered drawings and calculations, stamped by a California licensed structural engineer, are mandatory.
Contract Details
- Contract Type: Firm Fixed Price (RFQ for commercial services)
- Period of Performance: Not to exceed 9 Weeks After Receipt of Order (ARO). A 12-week lead time for the portable fall protection system is acceptable.
- 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"
Submission & Evaluation
Quotes must be submitted via email to jamil.minosa.2@us.af.mil and abel.alcantar.1@us.af.mil. The maximum file size per email is 10MB. Offerors should include specific contractor information such as SAM UEI, TIN, CAGE Code, Contractor Name, Payment Terms, Point of Contact, Email, Price, Warranty, Offer Expiration Date, FOB Destination, Delivery Lead Time, and a Technical Approach. Evaluation will be based on Best Value, considering Technical Approach, Technical Acceptance, Delivery Terms, and Price. The government intends to award without discussions.
Key Dates & Contacts
- Site Visit: April 2, 2026, at 9:30 AM PDT. Email jamil.minosa.2@us.af.mil and abel.alcantar.1@us.af.mil to attend.
- Questions Due: April 3, 2026, at 9:00 AM PDT
- Quotes Due: April 9, 2026, at 9:00 AM PDT
- Primary Contacts: Jamil Minosa (jamil.minosa.2@us.af.mil) and Abel Alcantar (abel.alcantar.1@us.af.mil)
Additional Notes
Contractor-provided materials, flightline operations adherence (escort, FOD prevention), and compliance with base security (background checks, access procedures, AT Level I, OPSEC) are required.