129 OG - Expandable ISU
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 Army, on behalf of the 129th Operations Group, is seeking quotes for two (2) Expandable Internal Airlift/Helicopter Slingable Container Units (ISUs). These units will serve as mobile Rescue Operations Centers (ROC) and must meet specific technical and operational requirements for deployment. This is a Total Small Business Set-Aside issued as a Combined Synopsis/Solicitation under FAR Subpart 12.6. Quotes are due April 27, 2026, at 2:00 P.M. PDT.
Scope of Work
The requirement is for two Expandable ISUs designed for rapid deployment and operation as mobile Rescue Operations Centers. Key functional and physical characteristics include:
- Agility: Transition from stowed to full configuration in under 15 minutes with a two-person team; forklift-movable.
- Air Certification: Must be air certified and forkliftable onto C-130, C-17, and C-5 aircraft, limited to one pallet position when stowed.
- Physical Features: Retractable walls, at least 4 D-rings for cargo straps, and a power panel supporting at least 60A single-phase power.
- Power Capabilities: Support switching to a 7,500-watt generator and include at least 50 ft of shore power cable with a built-in receiver.
- Internal Equipment Accommodation: Designed to house at least 8 laptops, 4 55" monitors, 3 routers, 1 antenna, 4 personal radios, and an Environmental Control Unit (ECU).
- Environmental & Safety: Built-in ceiling LED lighting, integrated ECU location, weather-tight personnel door with cipher lock, and smoke/carbon monoxide detectors.
- Security: Must be Top Secret (TS) capable.
- Aesthetics: Preferred color is tan, with white or green being acceptable.
Contract Details
- Type: Request for Quotations (RFQ) / Combined Synopsis/Solicitation.
- Pricing: Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 332439 - Other Metal Container Manufacturing (Size Standard: 600 employees).
- Period of Performance: Delivery is required 180 Calendar Days from the Date of Award.
- Place of Delivery: Moffett ANGB, CA.
Submission & Evaluation
- Submission: Quotes must be signed, dated, and submitted by the deadline, including the solicitation number, quoter's details, technical description, warranty, price, "remit to" address, FAR 52.212-3 representations and certifications, and acknowledgment of amendments. Quoters must state agreement with solicitation terms or note exceptions. Prices must be held firm for 90 calendar days. Multiple quotes are encouraged. Quoters must provide their Unique Entity Identifier (UEI) and EFT indicator. The Government intends to award without negotiation, so initial quotes should represent the best terms.
- Evaluation: Award will be made to the responsible quoter whose quote is most advantageous to the Government, considering price and other factors under FAR 13.106-2. Quotes will be evaluated for acceptability (conformance to requirements, assent to terms, responsibility) and price fairness/reasonableness.
Key Deadlines
- Questions Due: April 22, 2026, 2:00 P.M. PDT.
- Quotes Due: April 27, 2026, 2:00 P.M. PDT.
- Published Date: April 16, 2026.
Contact Information
- Contracting Officer: MSgt Austin Breault (austin.breault.1@us.af.mil, 650-603-9274).