Stage
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 (MacDill AFB) is conducting a Sources Sought for an elevated, mobile stage for outdoor public programs. This market research aims to identify capable vendors and determine potential small business set-aside opportunities. Responses are due April 10, 2026, at 1:00 PM EST.
Purpose & Scope
This Sources Sought notice is for market research purposes only, not a request for quotation. The government seeks to procure an elevated, mobile stage to support base-wide community, morale/recreation, and resiliency events at MacDill Air Force Base, Florida. The stage must be self-contained, electric/hydraulic, with a one-person push-button setup, an angled roof canopy with LED lighting, ADA stairs, and specific dimensions (14' depth, 24'-28' width, 30"-36" height). Delivery is required NLT 60 Days After Receipt of Order (ARO) to Marina Bay Drive, MacDill AFB.
Contract Details & Set-Aside
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 812331 (Size Standard: $40M)
- Product Service Code: 5680 (Miscellaneous Construction Materials)
- Place of Performance: MacDill Air Force Base, Tampa, FL
- Set-Aside: The government is considering a small business set-aside program for this requirement. Interested parties should indicate their business status.
Submission Requirements
Interested parties must submit a capabilities package including:
- Unique Entity ID (UEI) and CAGE Code
- SAM expiration date
- Business size and socio-economic status (e.g., 8(a), HUBZone, SDVOSB, WOSB)
- Description of similar services/products offered, including commercial sales and product specifications
- Indication of whether the respondent is the manufacturer
- Anticipated teaming arrangements
- Status as a Foreign-owned/foreign-controlled firm (if applicable)
Key Dates & Contacts
- Response Due: April 10, 2026, at 1:00 PM EST
- Submission Method: Electronically to jill.warye@us.af.mil
- Primary Contact: Jill Warye (jill.warye@us.af.mil, 813-828-4896)
- Secondary Contact: David Lovett (david.lovett@us.af.mil, 813-828-7479)
Important Notes
This notice does not constitute a commitment to procure. All contractors must be registered in SAM.gov. Telephone responses will not be accepted.