Fall Protection 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 Department of the Air Force, specifically the 140th Logistics Readiness Squadron at Buckley Space Force Base, CO, requires the acquisition and installation of a permanent, overhead Fall Protection System for its Refueling Maintenance (RFM) bay. This Total Small Business Set-Aside opportunity aims to ensure a safe and compliant working environment for mechanics maintaining R-11 refueler trucks and other high-profile vehicles. Quotes are due April 27, 2026, at 10:00 AM MDT.
Opportunity Details & Scope
This combined synopsis/solicitation seeks a contractor to provide and install an engineered fall protection system. The system is critical to mitigate significant fall hazards for mechanics working at heights exceeding 10 feet, ensuring compliance with AFI 91-203 (Air Force Consolidated Safety Standard) and OSHA regulations. The absence of such a system currently poses an unacceptable risk, impacting mission readiness and personnel safety.
The required system is a Permanent Rail System designed for two users, with a capacity of 400 lbs. It must feature an aluminum rail with additional support centered over the work area between the truss. Included equipment comprises two trollies and two 20-foot Self-Retracting Lifelines (SRLs) with tag lines. Contractor responsibilities encompass all engineering, design, fabrication, materials, labor, equipment rental, travel for installation, shipping, handling, final system certification, Certificate of Compliance, and one on-site training session for government personnel.
Contract & Eligibility
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333923 (Overhead Traveling Crane, Hoist, and Monorail System Manufacturing) with a 1,250-employee size standard.
- Place of Performance: Buckley Space Force Base, CO 80011.
- Registration: All companies must be registered in SAM.gov to be considered for award.
Submission & Evaluation
- Solicitation Published: March 25, 2026.
- Site Visit: A site visit is scheduled for April 14, 2026, at 10:00 AM MDT. Interested vendors must RSVP by March 31, 2026. A Base Access Form (Attachment 4) is required for unescorted access and must be submitted 72 duty hours prior.
- Questions Due: April 15, 2026.
- Response Deadline: April 27, 2026, at 10:00 AM MDT.
- Submission Method: Quotes must be submitted via email to 140.WG.MSC@us.af.mil.
- Evaluation Factors: Award will be based on a best value approach considering technical acceptability, past performance (using FAPIIS and SPRS), and price. Technical acceptability requires adherence to solicitation instructions, meeting salient characteristics, and providing sufficient supporting information (photos, product literature, or manufacturer data).
Key Attachments
- Attachment 1: Statement of Need (SON)
- Attachment 2: Salient Characteristics (detailed technical requirements)
- Attachment 3: Provisions & Clauses (W50S6V26Q0002, including FAR clauses, representations, and certifications)
- Attachment 4 (CAO 25Mar26): Updated Base Access Form (Buckley SFB Form 128) for site visit access.
Amendment
Amendment 001, published March 25, 2026, updated the Base Access Form (Attachment 4) to the most current version, CAO 25 March 2026.