SOURCES SOUGHT - Sewer Camera Trailer Upgrade
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 90th Contracting Squadron at F.E. Warren Air Force Base, Wyoming, is conducting a Sources Sought for a Sewer Camera Trailer Upgrade. This market research aims to identify qualified sources, particularly small businesses, capable of providing installation and system integration services for an existing sewer camera trailer. Responses will inform the appropriate acquisition strategy, which may include a small business set-aside. Responses are due by Tuesday, May 19, 2026, at 11:00 AM MDT.
Purpose
This notice is for market research only to determine the availability of potential small business categories for future set-asides. No award will be made from this announcement, and no solicitation is available at this time. All responses will be used to determine the appropriate acquisition strategy, which could be a small business set-aside or full and open competition. The NAICS code for this procurement is 334310 - Audio and Video Equipment Manufacturing.
Scope of Work
The requirement, detailed in the Performance Work Statement (PWS), involves upgrading an existing CCTV Sewer Camera Inspection Trailer. The contractor shall provide all labor, materials, equipment, transportation, and supervision to:
- Pick up and transport the existing camera trailer from F.E. Warren AFB.
- Remove old components, including monitors, computers, camera tractor, cable reel, and generator fuel tank, and return them with the trailer.
- Install new components, including a 22" Widescreen Monitor, an HD Mainline System, an ORION 3.0 Zoom HD/SD Adaptive PAN & TILT CAMERA (with auto-uprighting, LED lighting, laser measurement, and compatibility for 4"+ pipelines), a T66.1 HD Camera Tractor, a vehicle-mounted control system, and an IKAS MINI 19" Industrial PC.
- Replace the 10-gallon fuel tank.
- Deliver the fully upgraded and functional sewer camera trailer back to F.E. Warren AFB. All products must comply with the Trade Agreement Act (TAA) and be 889 compliant, prohibiting sourcing from China. Licensing fees must be perpetual.
Performance and Requirements
The period of performance is 45 calendar days from the notice of award, with work performed at F.E. Warren AFB, Wyoming, and the contractor's facility. Key performance standards include zero discrepancies for pick-up/transport and removal/installation tasks, and 100% inspection for trailer pick-up and return. The contractor must provide a one-year warranty (or manufacturer's standard, whichever is longer) and a one-year workmanship warranty. Initial training on operation, testing, and troubleshooting is also required.
Response Details
Interested parties should submit responses using the provided Contractor Response Form (Attachment 3). This form requires company information (SAM.gov registration, UEI, CAGE, socioeconomic status), a capability statement confirming the ability to meet PWS requirements, and relevant past experience from the last five years. All communications must be in writing, reference "Sewer Camera System," and be sent electronically to Megan Evans (megan.evans.3@us.af.mil) and Liezel McIntyre (liezel.mcintyre@us.af.mil).
Important Note
This is solely for market research. Do not submit proposals or quotes.