SCBA DECONTAMINATION WASHER
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 Dyess Air Force Base (7 CONS/PKB), is seeking quotes for the purchase and installation of a Solo Rescue SCBA Decontamination Washer (brand name or equal) and associated supplies. This is a Request for Quote (RFQ), with the intent to award a Firm-Fixed Price (FFP) order. Offers are due by April 10, 2026, at 3:00 p.m. CST.
Scope of Work
The requirement is for one SCBA Decontamination Washer to be used by the Dyess AFB Fire Department. Key deliverables include:
- One Solo Rescue SCBA Decon Washer (brand name or equal), single-phase, 208/240V, 40amp.
- Associated supplies: 2.5 gallons of compatible detergent, heavy-duty basket for 2 SCBA, holder for 2 large air cylinders, 2 gear holders for boots/gloves/helmets, 1 metered dosing pump, and 2 G1 SCBA Washing and Decon Kits.
- Installation services for the washer.
- The washer must meet NFPA 1851 and NFPA 1852 requirements.
- Delivery is required NLT 30 Days After Contract Award (ADC), though this is negotiable.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP)
- Set-Aside: None (*Mandatory Source)
- NAICS Code: 333998 (Small Business Size Standard: 700 Employees)
- Place of Performance: Dyess AFB, TX 79607
- Questions Due: April 3, 2026, 3:00 p.m. (CST)
- Offers Due: April 10, 2026, 3:00 p.m. (CST)
- Published Date: March 30, 2026
Submission & Evaluation
Quotes must be submitted via email to cheryl.lynn.1@us.af.mil and taylor.norris@us.af.mil. Submissions must include a complete and signed Page 2 of the RFQ and product specifications. Evaluation will be based on Lowest Price Technically Acceptable (LPTA). Offerors must provide sufficient descriptive data to validate that proposed items meet all salient characteristics.
Additional Notes
The government reserves the right to cancel this solicitation. Offerors are responsible for monitoring SAM.gov for any amendments.