PKA Relocatable Facility

SOL #: FA461326Q2000Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4613 90 CONS PK
FE WARREN AFB, WY, 82005-2860, United States

Place of Performance

FE Warren AFB, WY

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

Building Components, Prefabricated (5670)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 4, 2025
2
Response Deadline
Dec 12, 2026, 4:00 PM

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 conducting a Sources Sought / Request for Information for a Relocatable Facility (RLF) at Francis E. Warren Air Force Base (FE Warren AFB), Wyoming. This market research aims to identify qualified sources capable of providing and installing a new 4,032 SF RLF. Responses will inform the appropriate acquisition strategy, potentially including small business set-asides. Responses are due December 12, 2026.

Scope of Work

The requirement involves providing all management, tools, supplies, equipment, and labor for the installation of a new 4,032 SF Relocatable Facility. Key aspects include:

  • Site preparation, including earthwork, exterior utilities connection, stairs, ramps, and parking lot striping.
  • Design, manufacture, delivery, and installation of a modular or prefabricated building assembly.
  • Connection to existing communications, sanitary, water, and electrical utilities.
  • Installation of interior finishes (ceilings, flooring, windows, cabinets), fire alarm, plumbing, HVAC, electrical, and communication systems.
  • Installation of fiber optic cable from B1502 to the new RLF.
  • Restoration of all disturbed areas to original condition. The contractor must comply with all applicable federal, state, and local laws and regulations, security requirements, OPSEC, Anti-Terrorism protocols, and environmental regulations.

Submission Requirements

Interested parties must submit a capability statement and Attachment 3 - Response Form. The capability statement should briefly describe how your company can satisfy the requirement, provide comments on the draft Performance Work Statement (PWS), and include any questions. It must detail:

  • Years of experience for similar requirements.
  • Pertinent information on past product provision.
  • A statement confirming capability to provide ALL PWS requirements.
  • Any questions/comments regarding the PWS or notice (questions will not be answered at this time). Attachment 3 - Response Form requires:
  • Company Name (as registered in SAM.gov), Cage Code, Unique Entity ID, Mailing Address.
  • Point of Contact (name, phone, email, website).
  • Company size and socioeconomic status (e.g., small business, 8(a), VOSB, SDVOSB, HUBZone, SDB, WOSB).
  • Confirmation of SAM.gov registration under NAICS 332311.
  • GSA Contract # (if applicable).
  • Estimated period of performance.

Key Considerations

This is a Sources Sought for information purposes only and not a request for quotation or proposal. No award will be made from this announcement. Vendors are required to have CMMC Level 2 certification in SPRS prior to receiving Controlled Unclassified Information (CUI) drawings. CUI drawings will be provided after CMMC Level 2 confirmation and receipt of Attachment 2 - MFR CUI Control Receipt.

Contract & Timeline

  • Opportunity Type: Sources Sought / Request for Information
  • NAICS: 332311, Prefabricated Metal Building and Component Manufacturing
  • Potential Set-Aside: Small business set-asides are being considered based on market research.
  • Response Due: December 12, 2026, by 0900 (Mountain Daylight Time).
  • Published Date: December 4, 2025.
  • Place of Performance: F.E. Warren Air Force Base, Wyoming.

Contact Information

All communication must be in writing, referencing "FA461326Q2000_Relocatable Facility," and sent electronically to 1st Lt Kamary Williams (kamary.williams@us.af.mil) and Mrs. Liezel McIntyre (liezel.mcintyre@us.af.mil). No phone inquiries will be accepted.

People

Points of Contact

1st Lt Kamary WilliamsPRIMARY
Liezel McIntyreSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Dec 4, 2025
PKA Relocatable Facility | GovScope