FA480326Q0025 - LRS Shelving Units
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 is soliciting proposals for LRS Shelving Units (FA480326Q0025) to remove existing shelving and install new pallet rack shelving systems at Shaw Air Force Base, SC. This is a Total Small Business Set-Aside. Proposals are due by May 7, 2026, at 2:00 PM local time.
Scope of Work
The contractor will provide all labor, supervision, materials, and equipment for the removal and legal disposal of outdated shelving units and the assembly and installation of new pallet rack shelving systems. This work will be performed within the Logistics Readiness Squadron (LRS) warehouse in Building 216 and Building 1518 at Shaw Air Force Base, SC.
Specific shelving systems include:
- System A (Main Warehouse, BLDG 216): 12 Starter Units, 33 Add-On Units (120" W x 48" D x 144" H, 7,000 lbs/shelf capacity) with heavy-duty wire mesh decking.
- System B (TMO Wall Area, BLDG 216): 1 Starter Unit, 3 Add-On Units (108" W x 24" D x 102" H, 5,000 lbs/shelf capacity) with heavy-duty wire mesh decking.
- System C (Air Transportation Function, BLDG 1518): 2 Starter Units, 1 Add-On Unit (96" W x 48" D x 144" H, 7,000 lbs/shelf capacity) with heavy-duty wire mesh decking.
The project also requires maintaining a clean and safe work area and site cleanup upon completion.
Contract & Timeline
- Contract Type: Solicitation (implied Firm Fixed-Price based on evaluation).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333922 (Material Handling Equipment Manufacturing) with a 500-employee size standard.
- Period of Performance: Total on-site work must be completed within 30 calendar days after project commencement. Each line item has a 60-calendar day performance period from the date of award.
- Place of Performance: 20th Logistics Readiness Squadron, BLDG 216 and BLDG 1518, Shaw Air Force Base, SC.
- Published Date: April 23, 2026.
- Site Visit: Friday, May 1, 2026, at 1:00 PM EST.
- Contractor Questions Cutoff: Monday, May 4, 2026, at 10:00 AM EST.
- Offer Due Date: May 7, 2026, at 2:00 PM local time.
Key Requirements & Special Provisions
- Personnel: Contractor must provide a contract manager with full authority and English proficiency. All personnel must comply with installation safety and security regulations, including background checks for base access (10 business days prior notice). Contractor-owned vehicles are subject to 100% security search.
- Safety & Compliance: Adherence to OSHA, Air Force Instruction 31-101, DoDM 5100.76, AFMAN 32-1084, and NFPA standards is mandatory.
- Wage Determination: The U.S. Department of Labor Wage and Hour Division "Register of Wage Determinations Under the Service Contract Act" (Revision No. 28, dated December 3, 2025) applies, outlining minimum wage rates and fringe benefits for various occupations in Sumter County, SC.
- Working Hours: Normal operations are Monday-Friday, 0700-1600, but work may be required outside these hours. Scheduling must minimize disruption.
- Submission: Offers require two volumes: Technical and Price, with specific formatting. Electronic submission of payment requests via WAWF is required.
Evaluation
Proposals will be evaluated based on Technical Acceptability and Price. The government will evaluate the first three lowest-priced offers for technical acceptability. All technically acceptable offers will be treated equally, except for their prices.
Contact Information
Primary Point of Contact: Tessa Steward, tessa.steward@us.af.mil, 803-895-5402.