LDS 90x90 Pad Conex Sunshade
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 United States Air Force is conducting market research through a Request for Information (RFI) to identify potential sources for the installation of a NLDS 90x90 Pad Conex Sunshade at Edwards AFB, CA. This is for information gathering only and is not a solicitation for proposals. Responses are due by April 6, 2026, at 10:00 AM Pacific Standard Time.
Scope of Work
The requirement is for a contractor to install an NLDS Pad Conex Sunshade with specific dimensions: 34' Wide x 70' Long x 25' Center Height x 19' Side wall, in a tan/beige color. The sunshade must be fastened to an existing 90'x90' concrete pad. Key performance requirements include:
- Structural Integrity: Engineered to withstand 110 mph sustained winds, with roof snow loads and seismic loads (ASCE 7-10 Seismic Design Category D) in accordance with Edwards AFB Design Standards.
- Safety & Compliance: Equipped with lightning protection and grounding per UL96A Codes, requiring a 3rd party UL Certification.
- Site Operations: Includes site preparation, erection of safety barricades, site clean-up, and demobilization. Work hours are 7:00 AM to 4:00 PM, Monday through Friday, excluding federal holidays, and must be coordinated with the 412 MXG/MXOL Site Support office.
- Delivery Schedule: 12 weeks or less from contract award to completion.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Not applicable for RFI; however, respondents are asked to identify business size (small or large) and socioeconomic disadvantaged category. The potential NAICS code is 332311 "Prefabricated Metal Building and Component Manufacturing" with a 750-employee size standard.
- Response Due: April 6, 2026, 10:00 AM PST
- Published: March 30, 2026
- Place of Performance: Edwards, CA 93524, United States
Information Requested
Interested offerors capable of fully supporting this requirement must furnish:
- Company name, SAM Unique Entity ID (UEI), Cage Code, address, points of contact, phone numbers, and e-mail addresses.
- A market research quote detailing specifications for each line item.
- Identification of business size and socioeconomic disadvantaged category.
- Any other information deemed useful to the Air Force. Information packages should be limited to no more than 3 pages. Partial support responses will not be accepted.
Additional Notes
This RFI is for market research purposes only; no contract will be awarded from this synopsis, and no reimbursement will be made for response costs. The contractor will be responsible for providing all labor, materials, tools, and equipment. Compliance with various federal, military, and environmental regulations (e.g., UFC, MIL STD, FAA, AFI, OSHA, environmental minimization measures, base access requirements, Antiterrorism Awareness Level I, OPSEC training) is mandatory. A Performance Work Statement (PWS) is attached for detailed requirements.