Canopy with Installation
ID: F1SEAM5099AW01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, USA

NAICS

Textile Bag and Canvas Mills (314910)

PSC

TEXTILE FABRICS (8305)

Set Aside

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

    The Department of Defense, specifically the Air Force Test Center (AFTC), is seeking proposals from qualified small businesses for the procurement and installation of a canopy for the Explosives Ordnance Disposal (EOD) Pro Range at Edwards Air Force Base, California. The project involves replacing the existing fabric canopy, requiring the contractor to manage the removal, disposal, and installation processes while adhering to safety protocols and ensuring effective communication with the designated EOD contact. This procurement is crucial for maintaining operational readiness and safety at the facility, with a contract period of performance estimated at 60 days after award. Interested contractors must submit their quotes by May 12, 2025, and direct any inquiries to Contract Specialist Brian Wu at brian.wu@us.af.mil or Contracting Officer Rebecca Snyder at rebecca.snyder.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quote (RFQ) from the Air Force Test Center (AFTC) for a canopy with installation for an Explosives Ordnance Disposal (EOD) Pro Range at Edwards Air Force Base, CA. It emphasizes that the solicitation is set aside for small businesses under NAICS code 314910, allowing bids only from contractors with a maximum of 500 employees. The RFQ outlines necessary submission details, including contractor information and a technical description, and specifies that the contract will be awarded using Simplified Acquisition Procedures. It provides a timeline for bids, with questions due by May 8, 2025, and offers due by May 12, 2025. Evaluation criteria include price, supply features, delivery terms, and warranty, aimed at maximizing value to the government. The document includes a comprehensive list of applicable provisions and clauses related to the acquisition process, ensuring compliance with regulations. It stresses that all offers must be submitted electronically and that late submissions will not be accepted, underscoring the importance of adherence to deadlines and procedures in government contracting. This RFQ reflects the government's ongoing acquisition efforts to support military readiness through regulated procurement processes.
    The Statement of Work (SOW) outlines a repair project for the Explosive Ordnance Disposal (EOD) Explosive Proficiency Range at Edwards AFB, California. The primary objective is to replace the existing fabric canopy of the range, requiring a contractor to manage all aspects of removal, disposal, and installation effectively. The contractor must ensure safety protocols are upheld, provide necessary safety equipment, and manage any potential hazards, while also documenting incidents and accidents that may occur during the project. The work must be completed within 60 days of contract award and is funded by the Wing. Operations are to take place from 0700 to 1600 on weekdays, excluding specified U.S. federal holidays. Clear communication with the EOD contact, SSgt Cody Clark, is essential for successful coordination. Upon completion, the government will inspect the work and holds the right to reject any substandard items. This project reflects a proactive investment in infrastructure safety and operational readiness at Edwards AFB.
    The document outlines a Request for Quotation (RFQ) for a canopy installation, specifically detailing the requirements for materials and installation procedures. The primary need is for a fabric canopy, approximately 10-15 feet tall, with a tan/beige color and made of screen/mesh material. The contractor is expected to provide installation services, with access for their vehicle to the site available. The workspace requires an escort for security purposes, and installers must meet specific identification and insurance criteria to access the base. The canopy features a steel cable along its perimeter, although it is not stated that this cable needs replacement. No original design drawings are available, and the RFQ specifies that certain specifications for the installation on existing pins are not provided, indicating a possible challenge for bidders. Overall, this RFQ demonstrates federal interest in maintaining specific infrastructure while ensuring compliance with safety protocols and accessibility for contractors during the project.
    The document involves a series of inquiries related to a federal procurement for a canopy installation project. The primary focus is on the requirements for the canopy fabric and the installation service. The responses indicate that only the canopy and its installation are needed, without additional components. Access for the installer’s vehicle is confirmed, although they will need an escort on the first day to obtain a base pass and familiarize themselves with the work area. It also clarifies that each column will have a single pin and provides an estimated height of 10-15 feet for the columns. Overall, the exchanges emphasize logistics and specific technical details related to the project, reflecting typical considerations in government Requests for Proposals (RFPs) for construction and installation services, including safety and access protocols.
    The document addresses the procurement process for a canopy installation project, clarifying the requirements for potential contractors. The primary focus is on acquiring the fabric for the canopy along with its installation. The questions indicate that vendors seek confirmation on logistical details, such as site access for installers and the need for on-site escort for security purposes on the first day of work. The response confirms that installers can access the site with their vehicles but require an escort to obtain a base pass and locate the designated work area safely. This exchange showcases the importance of anticipating contractors' logistical needs within the framework of government RFPs, ensuring compliance with security protocols while facilitating smooth operational plans for the installation project. Overall, the document reflects a structured approach to contractor engagement, emphasizing clarity in project requirements and safety measures.
    The document addresses an inquiry regarding the number of pins on each column, affirmatively stating there is one pin per column. This brief exchange suggests a focus on structural specifications, likely in relation to a construction or renovation project under federal or local government contracts. The context hints at precision and clarity in design documents associated with government RFPs or grants, where specific details are crucial for compliance and effective execution of projects. This terse communication underscores the importance of clear technical requirements and might imply ongoing collaboration or planning stages in a larger project framework.
    The document seeks clarification regarding the height of columns in a specific project. A mission partner responds without providing precise measurements but suggests an estimated height range of 10 to 15 feet. This information is relevant for planning and construction purposes within the context of federal or local government contracts and grants. Accurate measurements play a crucial role in ensuring compliance with design specifications, safety standards, and project requirements. The lack of a definitive answer may indicate the need for further investigation or consultation with design architects to finalize construction details. Overall, the inquiry underscores the significance of precise information in government-led projects to maintain effectiveness and conformity to expected outcomes.
    The document outlines a Request for Proposal (RFP) focused on providing a replacement canopy at a specified site, detailing specifications for fabric, installation, and access for contractors. The canopy will consist of a mesh material, primarily in tan/beige color, to be installed by the vendor. The height of the existing columns is estimated at 10-15 feet, with a single pin per column utilized for installation. Notably, there are no original drawings available for footprint dimensions, requiring reliance on the provided sizes. Contractors will need a base pass for access and must have valid identification and vehicle registration. Though the site is prone to strong winds, the new cover is not designed to be removable. The project does not require permitting, and prevailing wage considerations are classified under supply with incidental services. Overall, the document emphasizes logistical considerations for installation alongside material specifications and security requirements.
    The document outlines the requirements and clarifications related to a project involving the procurement and installation of a fabric canopy. The primary focus is on securing a canopy that meets specified dimensions, with the vendor responsible for its installation. Key details include that the material required is cloth, specifically in tan/beige color, with each column having one pin and an estimated height of 10-15 feet. There are no original drawings available, but footprint dimensions have been provided. The installer will have truck access to the site, although they will require an escort on the first day for a base pass and guidance to the working location. The document serves as part of a Request for Quotation (RFQ) and Statement of Work (SOW), ensuring the project's aspects are clearly communicated to potential vendors and facilitating the acquisition process in accordance with federal and local guidelines. Overall, it seeks to ensure that all parties have the necessary information for a smooth execution of the installation project while adhering to security protocols.
    The document outlines a straightforward request for proposal (RFP) regarding the procurement of a canopy and its installation. The primary focus is on acquiring the fabric for a canopy that meets specific dimensions and the services of an installer to put it up. No additional services or materials beyond the canopy itself and installation are anticipated at this stage. This inquiry aligns with standard practices in federal, state, and local procurement procedures, aiming to streamline the acquisition process by clearly defining the required deliverables, which simplifies the bidding and selection process for potential contractors. The clarity of the request helps ensure that proposals can be efficiently evaluated based on the succinct requirements laid out, optimizing resources and time for both the contracting agency and bidders.
    The U.S. Air Force is seeking information from potential contractors regarding capabilities for providing and installing an Explosives Ordnance Disposal (EOD) Pro Range Canopy at Edwards Air Force Base, CA. This document serves as a Request for Information (RFI) to assess industry capacity and is not a binding contract or solicitation. Interested vendors must submit capability statements detailing their experience, business size, and relevant contracts. The anticipated contract will fall under NAICS code 314910 with a firm-fixed price basis. Responses will aid in developing a Market Research Report and acquisition strategy. The deadline for submissions is April 30, 2025, with submissions directed to designated Air Force contracting specialists. Emphasizing the importance of compliance, electronic submissions must be unclassified and up to 10 pages long. This initiative underlines the Air Force's commitment to sourcing reliable contractors for the necessary infrastructure to support EOD operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Weed Abatement and Power Washing Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice to identify potential contractors for weed abatement and power washing services at Edwards Air Force Base in California. The primary objective is to perform initial cleanup and quarterly follow-up services, which include removing large weeds and grasses, applying chemical weed inhibitors, and power washing designated buildings and walkways. These services are crucial for maintaining the cleanliness and safety of the base's facilities. Interested parties must submit their company information, experience, and business size classification by 10:00 AM Pacific Standard Time on December 18, 2025, to the primary contact, Karla Vazquez, at karlalizette.vazquezmontes@us.af.mil, or the secondary contact, Carmen Barahona, at carmen.barahona@us.af.mil.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    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. This procurement aims to establish a Firm Fixed Price contract, with a focus on ensuring safety and coordination during the event, which is scheduled for April 24-26, 2026. The selected contractor must be ICAS-certified, have experience with military jet teams, and meet specific insurance and performance criteria, as outlined in the Performance Work Statement. Interested small businesses must submit their quotes by December 29, 2025, at 1:00 PM Pacific Time, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    AB / Shielded Enclosure Cabinet
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Eglin Air Force Base, is seeking quotes for the procurement of one Shielded Enclosure Cabinet for UHF Radio, as outlined in the Technical Requirements Document dated August 6, 2025. The cabinet must meet stringent specifications, including 70dB RFI protection and 40dB EMI protection, and must comply with Mil-Std-461F and Mil-Std-810G, with delivery required within 90 to 180 days after receipt of order. This acquisition is a Total Small Business Set-Aside under NAICS code 337215, with a firm-fixed-price contract awarded based on best value criteria, including technical capability, past performance, and price. Interested parties must submit their quotes by 10:00 AM Central Standard Time on January 2, 2026, and direct any inquiries to SrA Abigail Gonzalez or Naomi Letting via the provided email addresses.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    Synopsis - Materiel Management Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking qualified small businesses to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a comprehensive range of maintenance, repair, and inspection services, including structural, mechanical, electrical, and fire detection systems, as outlined in the Performance Work Statement dated December 17, 2025. This contract is critical for ensuring the operational readiness and safety of the facilities, with a total potential contract value of approximately $285,000 over a five-year period, including a base year and four option years. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.