PKA Dorm Water Heaters
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, 90th Contracting Squadron, is seeking quotes for Dorm Water Heaters for Francis E. Warren AFB, WY. This Total Small Business Set-Aside opportunity, issued as a Combined Synopsis/Solicitation (FA461326Q2004), aims to award a Firm Fixed-Price Commercial Award. Quotes are due by May 28, 2026, at 9:00 am MDT.
Scope of Work
The requirement is for the supply and delivery of natural gas commercial water heaters for dorms 223, 220, 228, and 230. Specifically:
- CLIN 0001: One (1) 75-gallon, natural gas, commercial water heater, 300,000 BTU, high altitude.
- CLIN 0002: Five (5) 100-gallon, natural gas, commercial water heaters, 300,000 BTU, high altitude. All units must meet specified salient characteristics, including a 1-year warranty and delivery within 30 calendar days after award to Francis E. Warren AFB, WY 82005.
Contract & Timeline
- Solicitation Number: FA461326Q2004
- Type: Combined Synopsis/Solicitation (Request for Quote) under FAR Parts 12 and 13.
- Contract Type: Firm Fixed-Price Commercial Award.
- Set-Aside: Total Small Business.
- NAICS Code: 423720 (Small Business Size Standard: 200 employees).
- Place of Delivery: Francis E. Warren AFB, WY 82005.
- Questions Due: May 12, 2026, 9:00 am MDT.
- Quotes Due: May 28, 2026, 9:00 am MDT.
- Important Note: Funds are not presently available, and the Government reserves the right to cancel the solicitation.
Submission Requirements
Offerors must be registered in SAM.gov at the time of quote submission. Quotes must be emailed to sydney.malcolm@us.af.mil and arthur.makekau@us.af.mil and include:
- A completed "Offeror Response Form" (likely Attachment 1, Salient Characteristics Vendor Confirmation Form), confirming compliance with technical specifications.
- Firm Fixed Pricing, detailing price per CLIN, total price, discount terms, quote number, and validity date.
- A separate Technical Approach document addressing how all specified characteristics are met, confirmation that pricing includes all costs (shipping/delivery), proposed delivery timeline (days after award), and a statement of understanding and conformance.
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The Government will evaluate offers based on Price and Technical Approach. The lowest priced quotes will be evaluated for technical acceptability first. If fewer than three quotes are received, all will be evaluated. If more than three, only the three lowest priced quotes will initially be evaluated for technical acceptability, with the Government reserving the right to evaluate additional quotes. Unbalanced pricing may lead to rejection. The Technical Approach will be rated "Acceptable" or "Unacceptable."
Attachments
- Attachment 1 - Salient Characteristics Vendor Confirmation Form: Critical for confirming product compliance.
- Attachment 2 - Clauses and Provisions: Details contractual obligations and requirements.
- Attachment 3 - Supplemental Clauses: Provides information on the Ombudsman's role for dispute resolution.