Large Multi-Spectrum Curtain
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 has issued a Combined Synopsis/Solicitation (RFQ FA468626Q0002) for the procurement of a Large Multi-Spectrum Curtain. This acquisition is a Total Small Business Set-Aside and seeks specialized full-spectrum mitigation netting for delivery to Andersen AFB, Guam. Offers are due by April 10, 2026, at 3:00 PM PST.
Purpose & Scope of Work
The objective is to procure and deliver one Full Spectrum Mitigation Netting system and a mold container to 9 OG Detachment 4 at Andersen AFB, Guam. The netting is intended to address harsh environmental conditions and security risks for a Special Access Program Facility (SAPF).
The scope includes:
- Procurement and delivery of eleven (11) netting panels:
- Seven (7) 24' x 36' rectangle Snow/Alpine RS panels
- Four (4) 24' x 18' rectangle Snow/Alpine RS panels
- Installation is NOT required.
Key Requirements & Specifications
- Certification: Offerors must provide a current Radio Frequency Interference (RFI) Mitigation Certification issued under the Ultra-Lightweight Camouflage Net System (ULCANS) Increment 1 Program.
- Capabilities: Netting must provide visual, acoustic, and full-spectrum mitigation, blocking all known electronic, radio frequency, and visual surveillance systems (including radar, synthetic aperture radar, thermal, short-wave infrared, near-infrared, and infrared).
- Features: Grommets installed every 12 inches around all four edges of each panel. One side must be solid white, and the other side white, mostly white, or a light color to reflect maximum light inward.
- Portability: Must be flexible enough to collapse a hanging 150' curtain into a 10' storage space.
- Weight: Total combined weight for all 11 panels cannot exceed 800 pounds.
Contract Details
- Contract Type: Firm Fixed-Price (single award).
- Set-Aside: Total Small Business Set-Aside (NAICS 314910, 500 employees).
- Product Service Code: 8305 (Textile Fabrics).
- Period of Performance: Delivery is required within 150 Calendar Days from the Date of Award.
- FOB: Contractor Destination.
Submission & Evaluation
- Offers Due: April 10, 2026, at 3:00 PM Local Time (PST).
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Technical Factors: Product Specification and Certifications (specifically the ULCANS Increment 1 RFI Mitigation Certification) will be evaluated on an Acceptable/Unacceptable basis.
- Price: Fairness and reasonableness will be assessed using price analysis.
- Past Performance: Evaluated using CPARS, FAPIIS, and other existing systems.
- Submission: Offerors must submit detailed quotes. Electronic submission via Wide Area WorkFlow (WAWF) is required for payment requests and receiving reports.
Delivery & Logistics
- Delivery Location: Bldg 18110 Arc Light Blvd, Andersen AFB, GU 96929.
- Coordination: Contractor must coordinate delivery time with the Government POC at least two (2) weeks prior to anticipated delivery.
- Base Access: Requires submission of an Entry Authorization List (EAL) two (2) weeks prior. Contractor vehicles must use the North Gate and are subject to inspection. All personnel need two forms of identification or REAL ID.
Contact Information
- Contract Specialist: SSgt Daniel Warden (daniel.warden.2@us.af.mil, 530-634-8149)
- Contracting Officer: SrA Emmanuel Casem (emmanuel.casem@us.af.mil)