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
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Buyer not available
    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.
    HMIT Test Stand Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    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.
    KC-46 Pneumatic Starter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    Roof Fall Protection Systems Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    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, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Buyer not available
    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.
    Water Wells Inspection and Testing
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for a contract focused on the inspection and testing of five water well systems at Beale Air Force Base in California. The primary objective of this procurement is to assess the condition of the aging groundwater supply system, particularly addressing known issues with Well 5, and to prepare a comprehensive report detailing testing procedures, findings, and recommended corrective actions. This contract, which is set aside for small businesses, will span a 12-month base year from November 2025 to October 2026, and requires the contractor to adhere to strict regulatory compliance and quality control measures. Interested parties should contact Lamar Mullins at lamar.mullins@us.af.mil or 530-634-3368, and are encouraged to submit their UEI and capability statements along with any questions or comments regarding the requirement.
    Antenna Control Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of Antenna Control Units as part of a market research effort. This Sources Sought notice aims to identify potential small business vendors capable of fulfilling the requirements outlined under NAICS Code 541519, which pertains to Other Computer Related Services, with a size standard of $34 million. The Antenna Control Units are critical for operations at Hill Air Force Base, UT, and the government is particularly interested in responses from small businesses, including those that are 8(a), Service-Disabled Veteran Owned, Hubzone, and Women-Owned. Interested parties must submit their responses, including company details and relevant experience, by December 5th at 1600 MST, and can contact Audrey Lee at audrey.lee.3@us.af.mil or Jonathan Graham at jonathan.graham.11@us.af.mil for further information.