Shed Bay Storage Edwards AFB, CA
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 United States Air Force (USAF) is conducting a Request for Information (RFI) and market survey to identify potential sources for the purchase and installation of a Shed Bay Storage at Edwards Air Force Base, CA. This is for market research purposes only and is not a solicitation for proposals. Responses are due by 5:00 PM Pacific Standard Time on Monday, May 4, 2026.
Scope of Work
The USAF anticipates seeking a contractor to provide and install a lean-to structure. The Statement of Work (SOW) details the requirement for an 80’L x 30’W x 16’H lean-to to be installed on asphalt, 25 feet south of the B1820 vehicle gate at Edwards AFB. Key specifications include:
- Dimensions: Vaulted center height of 18 feet, with four 16-foot openings on the east side, supported by ten concrete footings.
- Performance Standards: Engineered to withstand 110 mph sustained winds, comply with Edwards AFB Design Standards for roof snow and seismic loads (ASCE 7-10 Seismic Design Category D), and include a UL96A Codes compliant lightning protection and grounding system with 3rd party UL Certification.
- Color: Tan/beige.
- Services: Includes site preparation, erection of safety barricades, site clean-up, and demobilization.
- Compliance: Adherence to various military and federal standards (UFC 3-301-01, UFC 3-310-04, MIL STD 3007, FAA, AFI, Edwards AFB Standards), environmental protection, and security requirements (background checks, base access, antiterrorism training).
Contract & Timeline
This is a Request for Information (RFI) for market research; no contract will be awarded from this synopsis. The resulting contract, if pursued, is anticipated to take 90 days to complete, with a tentative start date in early June 2026. The potential North American Industry Classification System (NAICS) code assigned is 332311 “Prefabricated Metal Building and Component Manufacturing,” with a Small Business Size Standard of 750 employees.
Information Requested
Interested offerors capable of fully supporting this requirement are requested to furnish the following information (limited to no more than 3 pages):
- Company name, SAM Unique Entity ID (UEI), CAGE Code, address, points of contact, phone numbers, and email addresses.
- A brief description of experience in providing the supply and services described in the SOW.
- Identification of business size (small or large) and socioeconomic disadvantaged category as defined by FAR Part 19 and listed in SAM.
- Any other information deemed useful to the Air Force.
Key Dates & Contacts
- Response Due: May 4, 2026, by 5:00 PM Pacific Standard Time.
- Primary Contact: Jenna Jacobson, jenna.jacobson@us.af.mil, 661-277-9558.
- Secondary Contact: Paola Diaz, paola.diaz.1@us.af.mil, 661-277-3750.