Install Ramp 10 Sunshade Fall protection System Edwards AFB
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 is seeking quotes for the design and installation of a Fall Protection System for Ramp 10 and Hangar 1830 at Edwards Air Force Base, CA. This is a 100% Small Business Set-Aside under NAICS code 332999. The requirement is for a Firm Fixed-Price contract with a 9-week period of performance. Quotes are due April 7, 2026, at 9:00 AM PDT.
Scope of Work
This Request for Quote (RFQ) covers the acquisition and installation of fall protection systems. The Statement of Work (SOW) details requirements for:
- Ramp 10 UK Sunshade Fall Protection System: Design and install a portable and hard-mounted system compatible with the existing Big Top sun shelter. This includes Single Point Anchors (SPAs) and Self Retracting Lifelines (SRLs) for the upper working surface of a UK F-35B, providing over 15ft vertical clearance and rated for 300lbs.
- Hangar 1830 Portable Fall Protection System: Construct and deliver a portable, freestanding system for the UK portion of Hangar 1830. It must be movable, have brakes, be easily assembled/disassembled, have a minimum 20ft span, provide over 15ft vertical clearance, and support four users via SRLs rated for 300lbs+.
- Training: Provide in-person training on system application, use, and fall rescue, including train-the-trainer sessions.
- Onsite Preparation: Includes site preparation, safety barricades, site clean-up, and demobilization. The contractor must provide all tools, materials, and equipment, adhering to various standards including UFC, MIL STD, FAA, AFI, and Edwards AFB Standards. Flightline operations require escort and strict Foreign Object Debris (FOD) prevention.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332999 "All Other Miscellaneous Fabricated Metal Product Manufacturing"
- Size Standard: 750 Employees
- Product Service Code (PSC): 5680 (Miscellaneous Construction Materials)
- Period of Performance: Not to exceed 9 Weeks After Receipt of Order (ARO)
- FOB Details: Contractor Destination
Submission & Evaluation
This is an RFQ, and a written solicitation will not be issued. Simplified Acquisition Procedures (SAP) will be used. Offerors must submit quotes via email to jamil.minosa.2@us.af.mil and abel.alcantar.1@us.af.mil. Emails have a maximum file size of 10MB. Quotes should include: SAM UEI, TIN, CAGE Code, Contractor Name, Payment Terms (NET 30), Point of Contact, Email Address, Price, Warranty, Offer Expiration Date, FOB Destination, Delivery Lead Time/Period of Performance, and a Technical Approach. Evaluation will be based on Lowest Priced Technically Acceptable (LPTA). The government intends to award without discussions, so initial quotes should contain the best terms.
Key Dates & Site Visit
- Site Visit: April 2, 2026, at 9:30 AM Pacific Daylight Time (PDT). Interested parties must email jamil.minosa.2@us.af.mil and abel.alcantar.1@us.af.mil to request a DoD Safe link.
- Drop-off Link Request Deadline: March 26, 2026, at 3:00 PM PDT.
- DoD Safe Submission Deadline: March 27, 2026, at 11:00 AM PDT.
- Questions Due: April 3, 2026, at 9:00 AM PDT.
- Quotes Due: April 7, 2026, at 9:00 AM PDT.
Additional Notes
The solicitation number is FA930226Q0025. Offerors may use the attached SF1449 or submit a separate PDF quote. Provisions and clauses can be viewed at Acquisition.gov. Contractor personnel require background checks and must comply with base access, security (FPCON, HPCON, AT Level I, OPSEC), environmental, and safety regulations.