14459 - Anchor Points Follow-On
ID: FA8227-26-Q-1000Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AFSC OL H PZIMHILL AFB, UT, 84056-5805, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- MISCELLANEOUS (H399)

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 qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.

    Files
    Title
    Posted
    The DD Form 1423, February 2024 edition, is a Contract Data Requirements List (CDRL) for
    The DD Form 1423, February 2024 edition, is a Contract Data Requirements List (CDRL) used for federal government RFPs to specify data deliverables from contractors. This document details the requirement for an "Accident/Incident Mishap/Incident Report" (Data Item A002) for "Anchor Points" under a contract. It outlines the authority (DI-SAFT-81563), contract reference (PWS Para, 7.3.6.3, Apdx. C sec. B), and requiring office (309 MXSG/MASO). Key instructions include the submission frequency as required (ASREQ), with initial and subsequent submissions as defined in Block 16. Contractors must provide a written or email notification within three calendar days of a mishap/incident, with remaining information due no later than 20 calendar days unless extended. Distribution is electronic to specified addressees, including Neilson Davis (Contracting Officer Representative) and Christopher Sandstrom (Mechanical Engineer). The form also provides detailed instructions for both government personnel on completing the CDRL and contractors on defining price groups (Group I to IV) for data items, ensuring accurate cost estimation for data production and delivery.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This document is not a federal government RFP, federal grant, or state/local RFP, but rather a technical message related to document viewing.
    The DD Form 1423, February 2024 edition, is a Contract Data Requirements List (CDRL) used for government acquisitions. It details requirements for the submission of a Contractor's Safety Plan (Data Item A004) for the "Anchor Points" system/item. The document specifies that the Safety Plan, under authority DI-SAFT-82080, is due within 15 calendar days of contract award. Electronic submission in Microsoft Office compatible format is required, with one copy each for Neilson Davis (Contracting Officer Representative) and Christopher Sandstrom (Mechanical Engineer). The form also provides detailed instructions for both government personnel on completing the CDRL and contractors on estimating prices for data items based on four distinct groups, categorizing data based on its essentiality to the contract and the effort required to meet government specifications. This ensures clear communication of data delivery expectations and cost considerations in federal contracts.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. The main purpose of this document is to inform the user about a display issue and guide them toward a solution, rather than providing substantive content related to government RFPs, federal grants, or state/local RFPs.
    The Department of the Air Force, Air Force Sustainment Center (AFMC) at Hill Air Force Base, Utah, has issued a combined synopsis/solicitation (FA8227-26-Q-1000) for commercial items related to
    The Department of the Air Force, Air Force Sustainment Center (AFMC), Hill Air Force Base Utah, released a Q&A document on November 26, 2025, concerning RFP 14459 - Anchor Points Follow-On. This document addresses potential bidders' questions regarding site access, existing system documentation, and equipment limitations. Key information includes the availability of select photos and most system drawings pre-bid, with a count of all systems but no dimensions beyond what is in the drawings. Overhead systems are confirmed to be no more than 80 feet above the floor. Bidders can assume back-to-back access to areas/bays/docks with adequate notice and may arrange to leave access equipment on-site with facility managers. Standard base security limitations apply to bringing equipment on-site, with specific challenges noted for buildings 984 and those at UTTR due to geometry/elevation or general site conditions. SSgt Lelauni J. Jenkins, Contracting Officer, is the point of contact.
    This Performance-Based Work Statement (PWS) outlines the requirements for fall protection anchor point inspections at the U.S. Air Force's Ogden Air Logistics Complex (OO-ALC) and Utah Training & Test Range (UTTR). The contractor will provide all resources for five-year recertification and annual inspections of anchor points, rails, trolleys, and associated hardware in various hangars and buildings. Services include minor repairs during recertification, with unscheduled or non-minor repairs requiring separate approval. The contractor must adhere to strict reporting, scheduling, and security requirements, including personnel identification, training, and compliance with all applicable laws and regulations. Quality assurance measures and performance assessments will be conducted by the government, with quarterly meetings to review contractor performance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-35 Aircraft Repair Augmentation Effort at Hill Air Force Base in Utah. This procurement involves maintenance, repair, and rebuilding of aircraft components and accessories, as outlined in the attached Redacted Justification and Approval document for Contract FA822423C0003. The services are critical for ensuring the operational readiness and longevity of the F-35 aircraft fleet. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or by phone at 801-837-6938, or contact Hannah Rearick at hannah.rearick@us.af.mil or 801-586-3335 for further details.
    LADS III Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and repair services for the Laser Automated De-Coating System III (LADS III) at Hill Air Force Base in Utah. The contractor will be responsible for annual evaluations, calibration, preventative maintenance inspections, and remote support for unplanned maintenance as needed. This opportunity is crucial for ensuring the operational readiness and reliability of the LADS III system, which plays a significant role in aircraft component maintenance. Interested parties are encouraged to respond to this Sources Sought notice by providing their business information and capabilities, with inquiries directed to Willie Little at willie.little@us.af.mil or Rosita Crawford at rosita.crawford@us.af.mil.
    AIS Engineering Services for ATE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for engineering services related to the Avionics Intermediate Shop (AIS) Automatic Test Equipment (ATE) Commodities Sustainment Program at Hill Air Force Base, Utah. This sole source requirement aims to ensure the operational capability of ATE stations through sustaining engineering, software integration, maintenance, and repair activities for various test stations utilized by the USAF and international partners. The contract, which spans a period from March 1, 2026, to February 29, 2036, includes both firm-fixed-price and time-and-materials line items, with a focus on compliance with security protocols and quality standards. Interested parties can contact Piper Martin at piper.martin@us.af.mil for further details regarding the solicitation.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    C-17 BLOS MOD Interior Work Stands Scaffolding Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide eight sets of C-17 Beyond Line of Sight Modified (BLOS MOD) Interior Work Stands/Scaffolding for the 402d Aircraft Maintenance Group at Robins Air Force Base in Georgia. The procurement focuses solely on the purchase of scaffolding equipment, which must support up to five personnel and adhere to OSHA standards and specific layout requirements, with no rental or erection/dismantling services included. This equipment is critical for maintaining C-17 aircraft, ensuring safety and efficiency during maintenance operations. Interested vendors should submit their proposals by the specified deadline, and for further inquiries, they may contact Margaret Gaskill or Jeff Pruitt via email.
    Hill Industry Day Quad Charts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Hill Industry Day, focusing on the submission of Full and Abbreviated Quad Charts related to various contracting opportunities. The procurement aims to address critical needs for repairs and new buys of aircraft components, including those for the F-16, T-38, C-5, B-1, and B-52 fleets, as well as ICBM Minuteman III systems and Space & C3I Radar Systems. These opportunities are vital for maintaining the operability and readiness of military assets, particularly in light of obsolescence issues and repair backlogs. Interested vendors should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 777-2211 for further details and to participate in the upcoming discussions.
    Air Force Occupational Safety & Health (AFOSH) and Traffic Support Sources Sought
    Dept Of Defense
    The Department of the Air Force is seeking potential sources for advisory and assistance services related to Air Force Occupational Safety & Health (AFOSH) and Traffic Support at Kirtland Air Force Base in New Mexico. The objective of this procurement is to identify contractors capable of providing technical and analytical support for various safety activities, including the development of safety guidance, analysis of mishap data, and creation of safety education programs. This initiative is crucial for enhancing occupational, traffic, and outreach safety within the Air Force, ensuring compliance with federal and Air Force regulations. Interested businesses, particularly small businesses, are invited to submit statements of capabilities by December 31, 2025, with a focus on their ability to meet the Performance Work Statement (PWS) requirements. For further inquiries, respondents may contact My Cole Robinson or Winter Silva via the provided email addresses.
    Roof Fall Protection Systems Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This procurement involves the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline and Beam & Trolley systems, with a contract structure that includes a Firm-Fixed-Price base period and optional Indefinite-Delivery Indefinite-Quantity provisions for repairs. The services are critical for ensuring safety compliance and operational integrity within the Pentagon, emphasizing the need for qualified personnel and adherence to stringent safety regulations. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and complete proposals by January 7, 2026, with contact points for inquiries being Keisha Simmons at keisha.simmons@whs.mil and Bianca Betancourt at bianca.l.betancourt.ctr@mail.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.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.