Modular Wall Kit
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, specifically the FA4620 92 CONS LGC office, is soliciting quotes for a Modular Wall Kit for the A2/E2 Lab at Fairchild Air Force Base, WA. This is a Total Small Business Set-Aside opportunity. An amendment (0001) was published on February 18, 2026, providing Q&As and incorporating a revised Salient Characteristics document. Quotes are due by February 26, 2026, at 10:00 AM PT.
Scope of Work
The requirement is for one (1) modular wall kit to create a reconfigurable teaching/training space for SERE students, serving as a dedicated escape training laboratory. Key specifications include:
- Modularity & Portability: Walls must be reconfigurable for various layouts and easily assembled/disassembled by two people without additional equipment.
- Panel Construction: Minimum of eighty-five (85) light-weight wall panels (4' x 7-10'), including eight (8) to fifteen (15) "breach style" doors. Windows are optional; if included, they must not create an open, operable space.
- Frame Construction: Lightweight vertical uprights, horizontal stabilizer bars, and connectors.
- Size: The system must cover a minimum of 1,800 sq/ft to a maximum of 2,500 sq/ft.
- Usage & Color: For indoor use only. Panel color must match an industrial or prison style façade, with acceptable colors being natural brown, dark grey, or black.
- Delivery: To 900 Artillery Rd., Building 1207, Fairchild AFB, WA 99011, with all shipping costs included. Delivery lead time must be provided.
Contract & Timeline
This will be a Firm-Fixed-Price (FFP) contract, with the government intending to issue a Purchase Order. FOB is Destination. Funds are not presently available, and no award will be made until funds are secured.
- RFQ Number: FA462026QA206
- Quotes Due: February 26, 2026, 10:00 AM PT
- Published Date: February 18, 2026 (Amendment 0001)
Eligibility & Evaluation
This acquisition is a 100% Small Business Set-Aside. The NAICS code is 332999 (All Other Miscellaneous Fabricated Metal Product Manufacturing) with a 750-employee size standard. Offerors must be registered and active in SAM.gov to be eligible for award. Award will be made to the responsible vendor whose quote is most advantageous to the government, considering Price and SPRS (Supplier Performance Risk System). The amendment clarified that evaluation is not solely based on the lowest bidder.
Submission Instructions
Quotes must be submitted via email to SSgt Alexis Grimes (alexis.grimes@us.af.mil) and Sarah O'Neil (sarah.oneil.1@us.af.mil). Prices must remain firm for 30 calendar days. Vendors must fill out blocks 15a, 15b, and 15c of the solicitation and provide a copy with their proposal. Electronic versions of all documents are required; .zip files are not acceptable, and emails over 10 MB may not be received.