OFFICE TRAILER
ID: FA813225Q0042Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Manufactured Home (Mobile Home) Manufacturing (321991)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Sustainment Center at Tinker Air Force Base, Oklahoma, issued Solicitation # FA813225Q0042, a 100% Small Business Set-Aside, for a Firm Fixed Price contract to procure an office trailer. Quotes are due by October 29, 2025, at 3:00 PM CDT, and will be evaluated based on the lowest total evaluated price for items meeting all solicitation terms and conditions. The trailer specifications include dimensions, plumbing (two bathrooms, kitchenette), electrical (100-amp, 240-volt, multiple outlets), HVAC, lighting, ventilation, and safety features. Offerors must be registered in SAM, provide item specifications, and incorporate shipping costs to Tinker AFB into their quoted price. Payment terms are Net 30, with invoices submitted via Wide Area Workflow.
    The government solicitation FA813225Q0042 addresses questions regarding the purchase of an office trailer, not a lease. Key requirements include a maximum size of 65x30, with a floor plan provided for design specifics, including four offices and additional larger office spaces. ADA access requires a ramp in addition to steps. Smoke alarms are needed in each room and the central area, connected to the base fire alarm system. The project does not require Open Shop Labor, Union Labor, or Prevailing Wage, nor is certified payroll needed. Contractor personnel must contact the Government POC seven business days in advance to arrange visitor passes for Tinker AFB access, providing two forms of identification. No special licensing is required for this project.
    This document, FA813225Q0042, provides questions and answers regarding a federal government Request for Proposal (RFP) for the purchase of an office trailer. Key details include the requirement for a maximum 65x30 trailer with a specific floor plan (attached to the original solicitation). An ADA ramp is required in addition to steps. Smoke alarms are needed in all rooms, including the larger central area, and must connect to the base fire alarm system. The project does not require Open Shop, Union, or Prevailing Wage labor, nor certified payroll. Contractor personnel require visitor passes for Tinker AFB access, obtained by contacting the Government POC seven business days prior to arrival and presenting two forms of ID. No special licenses are needed for this project. The acquisition is a one-time purchase, not a lease or part of a larger contract. Evaluation will be based on Lowest Price Technically Acceptable (LPTA) criteria. A specific quote sheet found on SAM.gov under Notice ID FA813225Q0042 (CSS_OFFICE TRAILER.pdf) must be used for pricing. A pre-bid site visit is available, and the vendor is responsible for site preparation, with gravel being an acceptable foundation method. Tinker AFB will handle the connection of the fire alarm system to the base system, but the contractor must install the alarms. The CAT-5 requirement includes jacks. There are no liquidated damages, but work must be completed within 10 business days, encompassing site preparations, trailer securing, and installation of steps, ramps, and skirting.
    This document addresses questions regarding RFP FA813225Q0042 for the purchase and installation of an office trailer, not a lease. Key details include a maximum trailer dimension of 65x30, with an attached floor plan for design specifics including four required offices and a larger open area. ADA ramp access is mandatory, and smoke alarms are required in all rooms, including the larger area, connected to the base fire alarm system. The project does not require Open Shop Labor, Union Labor, or Prevailing Wage, nor certified payroll. Contractor crews must contact the Government POC seven business days prior to arrival at Tinker AFB for visitor passes, providing two forms of ID. No special licenses are required. The evaluation criteria will be LPTA, and this is a one-time purchase. A specific pricing breakdown template is provided on SAM.gov. No pre-bid site visit is offered, but photos of the installation site near Building 9400 are available, with gravel being an acceptable foundation method. Tinker AFB personnel will be responsible for interfacing the fire alarm system with the base alarm shop and connecting utilities (water, electricity, sewer), though the contractor must install the building's fire alarms and CAT-5 jacks/cabling. Work must be completed within 10 business days of trailer delivery, with no liquidated damages for minor delays. Aluminum is the preferred material for ADA ramps and steps, with used aluminum being acceptable if structurally sound. The electrical service is approximately 10ft away (225-250 amps anticipated load), water tie-in is about 60ft (1-inch line, 45-60 psi), and sewer tie-in is about 30ft. No builder's permit is required, and a confirmation letter can be provided.
    The government file FA813225Q0042 addresses questions and answers regarding an office trailer RFP. Key details include the confirmation of a 65x30 maximum dimension with an attached floor plan for design specifics. An ADA ramp is required in addition to steps. Smoke alarms are needed in the larger open area, in addition to individual rooms, and must connect to the base fire alarm system. The project does not require Open Shop Labor, Union Labor, Prevailing Wage, or certified payroll. Contractor crews need to contact the Government POC seven business days prior to arrival at Tinker AFB for visitor passes, providing two forms of identification, one with a picture. No special licensing is required for this project.
    The provided government file contains a list of measurements in feet and inches, such as 65'-0.00", 30'-0", and 7'-0.00". These measurements appear to be technical specifications, dimensions, or spatial requirements. This type of data is commonly found in government RFPs, federal grants, or state/local RFPs for construction projects, infrastructure development, or facility upgrades. The document's purpose is likely to convey precise dimensional information essential for planning, design, or execution phases of a project. Without additional context, it is challenging to determine the exact application, but the consistent format suggests it is part of a larger technical drawing, bill of materials, or a statement of work detailing specific physical parameters.
    This Statement of Work (SOW) outlines the requirements for procuring, delivering, offloading, and installing one office trailer at Tinker Air Force Base, OK. The trailer must adhere to specific dimensions (minimum and maximum of 65' x 30'), a precise four-room layout, and detailed specifications for plumbing (two bathrooms, kitchenette with hot/cold water, ice maker valves), electrical (100-amp service, numerous outlets, CAT-5 cabling, exterior J-box), ADA-compliant access (ramps, stairs, egress doors facing south), and furnishings (laminated countertops, cabinets, space for appliances). Additionally, the SOW mandates HVAC, lighting, ventilation, and comprehensive safety features including smoke alarms, fire pull stations, anchoring, fire detection systems, and skirting. The contractor must have at least 10 years of experience in manufacturing and selling mobile office structures, provide verifiable delivery records, and offer a one-year warranty. The installation period is 4-6 weeks after contract award, with a 7-day on-site setup, and the contractor is responsible for site preparation and ensuring full functionality. On-base requirements include strict compliance with environmental protection, safety, hazardous material (HAZMAT) management, waste disposal, spill reporting, and specialized training (FOD/DOP, RCRA). The contractor must adhere to specific work hours (Monday-Friday, 0700-1500) and follow emergency procedures, emphasizing a
    The provided government file is entirely blank, making it impossible to identify any main topics, key ideas, or supporting details. Without content, no summary can be generated, as there is no information to analyze or synthesize. Therefore, the document's purpose within the context of government RFPs, federal grants, or state/local RFPs cannot be determined. The file appears to be an empty placeholder.
    The Department of the Air Force, Oklahoma City Air Logistics Complex (OC-ALC) at Tinker Air Force Base, Oklahoma, is requesting proposals for one office trailer. The trailer must have specific dimensions, not exceeding 65 feet by 30 feet, and include two bathrooms with hot and cold running water, a kitchenette with a sink, and a 100-amp 240-volt power supply. Electrical requirements are detailed for four office rooms, common areas, the kitchen, and restrooms. The trailer also needs an adequate exhaust fan in the kitchenette, access steps, HVAC, lighting, ventilation, smoke alarms in each room, and climate control for all seasons at Tinker AFB. Installation must be completed within 7 days on-site.
    The Statement of Work (SOW) outlines the requirements for purchasing, delivering, offloading, and installing an office trailer at Tinker Air Force Base, OK. The trailer, with maximum dimensions of 65x30 feet, must include two bathrooms, a kitchenette, 100-amp 240-volt power, four office rooms with adequate outlets, HVAC, lighting, ventilation, and ADA-compliant access. Key specifications include CAT-5 cabling, fire detection, slider windows, and a one-year warranty. The contractor must have at least ten years of experience in manufacturing and selling mobile office structures and adhere to all federal, state, and local environmental, safety, and health regulations, including specific Tinker AFB instructions for hazardous materials, waste, and spill reporting. Work hours are Monday through Friday, 0700-1500, with government approval required for exceptions.
    Lifecycle
    Title
    Type
    OFFICE TRAILER
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) for construction services at Tinker Air Force Base (TAFB) in Oklahoma. This procurement aims to provide a wide range of construction, repair, and maintenance services, including Design-Build and Construction Only projects, with a focus on expediting project awards and reducing lead times. The BOA will be valid for up to five years, with a competitive process that includes a partial small business set-aside for projects under $25 million, while larger projects will be open to all qualified contractors. Interested parties must register in the System for Award Management (SAM) and submit proposals by January 15, 2026, with a pre-BOA teleconference scheduled for January 6, 2026, to discuss the requirements. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@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.
    W91237-26-Q-A015 Fishtrap Lake Office Trailer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Huntington District, is soliciting proposals for the rental of an office trailer at Fishtrap Lake, Kentucky, under solicitation number W91237-26-Q-A015. The procurement is set aside for small businesses and falls under the NAICS code 532490, which pertains to the rental and leasing of other commercial and industrial machinery and equipment. The office trailer is essential for operational support at the Fishtrap Lake site, ensuring that personnel have the necessary facilities for effective management and oversight. Interested vendors should reach out to Carrie McClung at carrie.e.mcclung@usace.army.mil or call 304-399-5291 for further details, and they are encouraged to review the solicitation and attachments available through the PIEE system for specific submission instructions.
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Small Composite Cleanroom Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the modification of a Small Composite Cleanroom at Tinker Air Force Base in Oklahoma. The project involves furnishing and installing an Environmental Control Air Handling Unit, along with various associated systems such as overhead ducted systems, vacuum ports, and a drainless eye wash station, all designed to enhance the cleanroom's operational capabilities. This procurement is critical for maintaining the integrity of sensitive operations within the cleanroom environment. Interested contractors must be registered in the System for Award Management (SAM) and comply with NIST SP 800-171 DoD Assessment requirements. The contract will be a firm-fixed price, with a total small business set-aside, and further details can be obtained by contacting Tran Tran at Tran.Tran.1@us.af.mil.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Anchorage Air Force Hub Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.