80TH FTW RSU TOWERS
ID: FA302025Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3020 82 CONS LGCSHEPPARD AFB, TX, 76311-2743, USA

NAICS

Blind and Shade Manufacturing (337920)

PSC

DRAPERIES, AWNINGS, AND SHADES (7230)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force's 82d Contracting Squadron, is seeking qualified small businesses to provide replacement sunshades for eight Runway Supervisory Units (RSUs) located at Sheppard Air Force Base in Texas and Frederick, Oklahoma. The procurement involves the removal of existing sunshades and the installation of new ones, with a preference for work to be conducted during non-duty hours to minimize disruption to military operations. This initiative is crucial for maintaining operational effectiveness and supporting air traffic control operations, with proposals due by April 16, 2025, at 3:00 PM CST. Interested vendors should direct inquiries to the primary contact, Ashton Smith, at ashton.smith.6@us.af.mil, or the secondary contact, Shyvonne Yarbrough, at shyvonne.yarbrough@us.af.mil.

    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the replacement of sunshades on eight Runway Supervisory Units (RSUs), with six located at Sheppard Air Force Base, Texas, and two in Frederick, Oklahoma. The contract involves the removal of existing sunshades and installation of new ones, requiring the contractor to furnish all necessary materials and labor. Notably, installation is preferred during non-duty hours to minimize disruption to military operations. Additional components include safety and compliance measures pertaining to hazardous materials, emphasizing proper handling, reporting, and storage, aligned with environmental regulations. Contractors must adhere to base access protocols, security measures, and fire regulations while ensuring safe operational practices. Communication with base officials is required for scheduling utility outages and coordinating work with operational demands. This SOW exemplifies federal procurement processes, focusing on compliance, safety, and environmental stewardship as key components of government projects, ensuring adherence to necessary regulations while enhancing operational efficiency at military facilities.
    The document outlines federal acquisition clauses for Contracting Officers to include in requests for proposals (RFPs) and grants. It encapsulates various mandatory provisions addressing the ethical conduct of contractors, including compensation regulations for former Department of Defense (DoD) officials, whistleblower rights, and compliance with telecommunications regulations. Specific clauses address the prohibition of certain foreign products, ensuring adherence to the Buy American Act and restrictions on procurement from countries like China and Venezuela. The document also details the necessity for item unique identification in delivering goods to the government, which includes specific definitions, marking requirements, and reporting procedures. Furthermore, contractors must comply with systems for electronic invoicing and payment requests through the Wide Area Workflow (WAWF). This document serves as a comprehensive guide to ensure compliance, promote responsible contracting practices, and maintain government integrity, highlighting crucial identification and documentation protocols necessary in government contracts and transactions. The emphasis on contractor accountability and regulatory compliance reflects the federal aim to uphold ethical standards and national security interests in procurement processes.
    The Department of the Air Force's 82d Contracting Squadron issued a Request for Quotation (RFQ) under solicitation number FA302025Q0020 for the removal and installation of sunshades at eight Runway Supervisory Unit (RSU) Towers. Located at Sheppard AFB, TX, and in Frederick, OK, the project involves each of the eight towers having approximately 25 windows requiring new sunshades. This acquisition is exclusively open to small business concerns, adhering to the NAICS code 337920, with a size standard of 1,000 employees. Proposals must be submitted by the deadline of April 16, 2025, by 1400 CST. Vendors will be evaluated based on technical capability, price, delivery terms, and past performance. Interested parties are instructed to direct inquiries to designated points of contact and to ensure all representations and certifications are current. The RFQ underscores the Air Force's commitment to maintaining operational effectiveness and supporting air traffic control operations while fostering small business participation in federal contracting.
    Lifecycle
    Title
    Type
    80TH FTW RSU TOWERS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Service Proprietary Hangar 1048 Fabric Doors at NAS Fort Worth
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a contractor to service proprietary Verifcal Lifting Fabric hangar doors at Building 1048 located at Naval Air Station Fort Worth JRB, Texas. The contractor will be responsible for providing all necessary labor, parts, tools, equipment, materials, and transportation to complete the task, which is structured as a firm fixed price task order under a Federal Supply Schedule contract. This service is crucial for maintaining the operational readiness and safety of airfield structures at the facility. Interested parties can reach out to Eric Smith at eric.c.smith6.civ@us.navy.mil or by phone at 817-782-5274, or contact Jeannette Sale at jeannette.c.sale.civ@us.navy.mil or 817-782-7985 for further details.
    Building 254 Roll-Up Door #2
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a roll-up door for Building 254 at Little Rock Air Force Base in Arkansas. This procurement is classified as a sole source requirement, indicating that the goods are essential and can only be provided by a specific supplier, as detailed in the attached justification document. The roll-up door is a critical component for maintaining operational efficiency and security at the facility. Interested parties can reach out to Ryan Wagner at ryan.wagner.10@us.af.mil or by phone at 501-987-3842 for further information regarding this opportunity.
    RTWS Termination- A3A, IAS, & amp; SEF Staff Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support services for the RTWS Termination project, which involves technical, logistical, and operational assistance for airfields, special use airspace, and ranges managed by the Headquarters Air Combat Command (HQ ACC). The procurement aims to enhance the capabilities of various divisions within HQ ACC, including the Airspace, Ranges, and Airfield Operations Division (A3A), the Resources and Budget Division (A3R), and the International Affairs Security Cooperation (IAS), which collectively support airfield operations, financial guidance, and foreign military sales. This opportunity is crucial for maintaining operational readiness and safety for the 1,100 aircraft under HQ ACC's purview. Interested parties can reach out to Desiree Logan at desiree.logan@us.af.mil or Edward Smith at edward.smith.65@us.af.mil for further information.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items. This opportunity involves the procurement of qualification requirements and engineering data for various aircraft components, including spares and repair items, which are essential for maintaining operational readiness. The data provided is intended for planning purposes only and does not constitute an invitation for bids; vendors are encouraged to contact Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for further information. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for additional details regarding the procurement process.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    Dyess Handyman IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting market research for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract for handyman services at Dyess Air Force Base in Texas. The contract will focus on maintenance, repair, alteration, and minor construction projects, with individual task orders valued at less than $350,000. This initiative aims to identify qualified small businesses that can meet the requirements outlined in the Statement of Work, which includes various construction trades such as carpentry, electrical, plumbing, and HVAC. Interested parties must respond to the attached questionnaire by January 5, 2026, at 11:00 AM CST, and can direct inquiries to TSgt Rey Anthony Imperial at reyanthony.imperial@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.