FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
ID: FA860425RB015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8604 AFLCMC PZIWRIGHT PATTERSON AFB, OH, 45433-7228, USA

NAICS

Conveyor and Conveying Equipment Manufacturing (333922)

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)

Set Aside

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

    The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a Storage Aid System at Hurlburt Air Force Base in Florida. This procurement involves the design, fabrication, installation, and testing of a storage system, with a total small business set-aside, emphasizing compliance with specific federal procurement guidelines. The project includes nine line items and requires completion within 205 days from the award date, with evaluation based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested contractors must submit their proposals by 3:00 PM EDT on May 2, 2025, and can direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil or Samantha Ekberg at samantha.ekberg@us.af.mil before April 17, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of questions and answers related to the solicitation FA860425RB015 for Hurlburt Field, addressing the demolition of an existing pallet rack, installation of a modular office, and specific vehicle requirements, particularly for a ride-reach truck. Key points include the dimensions and specifications of the existing rack, which is confirmed to be a combination of 42” and 48” depths, and that the attached chain link fence will remain. In terms of modular office communication services, contractors need only provide cables while the base will handle connections. Additionally, the Government mandates the use of on-board chargers for forklifts, rejecting standalone alternatives. Further inquiries on the fire detection system reveal that Honeywell installed the alarms, with current monitoring by SSGT Fisher. This document serves to clarify requirements and ensure adherence to specifications in line with federal procurement guidelines, emphasizing the importance of accuracy and compliance in contract execution.
    The Hurlburt Field Question Set #3 outlines clarifications regarding specifications for a procurement project, dated April 7, 2025. Key inquiries focus on structural components such as the addition of a third beam on racks, the specifications for a larger 5x8 footplate, and the requirement for bolted-on post protectors due to seismic considerations. The responses indicate that the extra beam is acceptable, while footplate sizing will depend on seismic ratings and manufacturer recommendations. The necessity of post protectors is debated, with the noting that the seismic threat in the area is relatively low, leading to a review of any exceptions to ensure they meet government standards. Overall, the document serves to clarify technical specifications in an RFP, emphasizing careful assessment of seismic safety measures while allowing for adjustments based on technical proposals submitted by manufacturers. This demonstrates a methodical approach to meeting governmental procurement standards while balancing safety requirements.
    The document FA860425RB015 contains a question regarding specifications for a government contract related to pallet racks at Hurlburt Field. Specifically, it addresses a query about the acceptable decking size, which is requested as 2 inches by 2 inches. The government's response clearly states that only this specific grid size is acceptable, with alternatives of 1 inch by 4 inches or 2 inches by 4 inches being outside of the required specifications. This correspondence reflects the government's adherence to precise standards in the context of federal procurement processes, ensuring compliance and uniformity in project requirements.
    Lifecycle
    Title
    Type
    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.
    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.
    (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.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. 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.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    F-16 Installation Tool Kit, B
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 Installation Tool Kit, designated under solicitation FA8203-25-Q-0008. This procurement involves the supply of specific installation tools required for the F-16 aircraft, particularly under two foreign military sales cases, with an emphasis on an "All or None" award approach based on the lowest total evaluated price. The tools are critical for maintaining and servicing the F-16 aircraft, ensuring operational readiness and safety. Proposals are due by January 9, 2026, at 4:30 PM MST, and interested contractors should direct inquiries to Sara Tibbetts at sara.tibbetts@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further details.
    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.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update, aimed at enhancing scheduling and training systems within the Operations Enterprise Architecture (OpsEA) Salesforce platform. Vendors are invited to develop solutions that can either utilize Salesforce-native no/low-code development or a prototype-based approach, ensuring integration with existing systems and compliance with security protocols. This initiative is critical for improving operational readiness and efficiency within the Air Force, with a prototype phase funded at $500K per team, lasting three months, and requiring development at an IL4 security level. Key deadlines include the release of the final solution solicitation on December 15, 2025, and the receipt of solutions by January 9, 2026. Interested parties can reach out to Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further inquiries.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white papers for its Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial solutions for an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, focusing on secure collaborative platforms, IL5 accreditation, and Zero Trust security. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and efficient IT tools, with individual contracts expected to range from $500,000 to $4,000,000 over a period of 1-5 years. Interested vendors should submit their proposals by following the detailed instructions provided in the attached documents, and can reach out to primary contact Mason R Worsham at mason.worsham.1@us.af.mil for further inquiries. The CSO is open for submissions until November 2026.