RFI -Portable Freestanding Horizontal Lifeline and Sunshade Hangar Overhead System
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 via a Request for Information (RFI) for a Portable Freestanding Horizontal Lifeline and Sunshade Hangar Overhead System at Edwards AFB, CA. This RFI aims to identify potential sources for both fixed and portable fall protection systems, including associated training. Responses are due March 11, 2026, at 4:00 PM PST.
Purpose
This is a market survey for information only, not a solicitation for proposals. The purpose is to gain knowledge of potentially qualified sources and their size classifications for a future acquisition of Fall Protection System and Sunshade Hangar Overhead System.
Scope of Work
The anticipated requirement involves a contractor providing and installing both fixed and portable fall protection systems. The Statement of Work (SOW) details:
- Fixed System (Ramp 10 UK Sun Shelter): Must be compatible with existing Big Top sun shelter, utilize Single Point Anchors (SPAs) and Self Retracting Lifelines (SRLs), cover the working upper surface of a UK F-35B, have a vertical height clearance greater than 15ft, and be rated for a maximum user weight of 300lbs. Deliverables include layout drawings, fabrication drawings for SPAs, assembly/disassembly/maintenance instructions, maintenance schedule, and warning labels.
- Portable System (Hangar 1830 UK Portion): Must be portable, freestanding, able to pass over an F-35B wing, mobile (hand-moved), include brakes/footpads, be easily assembled/disassembled, and include transport containers. It requires a minimum span length of 20ft, vertical height clearance greater than 15ft, capability to support 4 users (potentially two 2-person units), secure users via SRLs, and be rated for a maximum user weight of 300lbs.
- Training: Provide in-person training on safe application, use, fall rescue, and train-the-trainer for assembly/disassembly.
Contract & Timeline
- Type: Request for Information (RFI) / Market Survey / Sources Sought
- Anticipated Period of Performance: 9 weeks or less from contract award to completion.
- Response Due: March 11, 2026, at 4:00 PM Pacific Standard Time.
- Published: March 5, 2026.
Information Requested
Interested offerors 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 identifying all specifications for each line item.
- Identification of business size (small or large) and socioeconomic disadvantaged category, as defined by FAR Part 19. The potential NAICS code is 333923 "Overhead Traveling Crane, Hoist, and Monorail System Manufacturing" with a 1,250-employee size standard.
- Information packages are limited to no more than 3 pages. Only full support responses will be accepted; no partial responses.
Additional Notes
This RFI is for planning purposes only; no contract will be awarded from this synopsis. The contractor will be required to adhere to various military and federal standards (e.g., UFC, MIL STD, FAA, AFI), environmental protection regulations, and security requirements, including background checks, base access, and OPSEC compliance. Contractor personnel will be escorted on the flightline.