Edwards AFB Shower/Locker Trailer
ID: FA930225Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

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 soliciting proposals for the procurement and installation of a portable shower and locker trailer at Edwards Air Force Base in California. This project aims to enhance hygiene facilities for personnel, requiring compliance with federal acquisition regulations and specific site preparation standards, including utility connections and environmental considerations. The procurement is set aside for small businesses under NAICS code 332311, with a firm fixed-price contract expected to be awarded by May 2025. Interested vendors must submit their quotes by May 9, 2025, and can direct inquiries to Abel Alcantar or Jamil Minosa via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the installation of a portable shower and locker room trailer at Edwards Air Force Base, California. The 412th Maintenance Group is soliciting proposals for this project, which includes the construction, delivery, and installation of the trailer on the southwest side of hangar 1830. Contractors are responsible for site preparation and must comply with numerous federal standards and regulations, ensuring all work is approved by relevant authorities. The trailer will comprise designated shower and restroom areas for both men and women, with specific facilities detailed for each section, including toilets, sinks, and lockers. Provisions for plumbing, electrical systems, and fire safety, including alarms and adequate lighting, are essential elements of the design. The trailer must be fully customizable and insulated to meet climate challenges, ensuring energy efficiency. This project aims to enhance facilities at the Air Force Base, providing vital hygiene amenities while adhering to strict safety and operational standards. The comprehensive requirements reflect the government's commitment to operational readiness and personnel welfare through improved infrastructure.
    The document outlines a construction proposal involving the installation of a 30’x46’x5” concrete pad and a 4’x6’ concrete walkway. Additionally, it includes a color-coded legend for various utilities: orange for communications, red for electrical, yellow for gas, and blue for water. This proposal is likely relevant to federal or local government Requests for Proposals (RFPs) or grants aimed at infrastructure projects. The specifications indicate a focus on careful planning and execution of construction work, ensuring proper delineation of utility types, which is essential for safety and compliance with regulations during construction. Overall, the document serves as a foundational outline for a construction initiative that aligns with government infrastructure development standards.
    The Edwards Air Force Base (AFB) Design Standards document serves as a comprehensive guide for design, construction, and maintenance at Edwards AFB, ensuring alignment with industry standards, sustainable practices, and life-cycle benefits. The purpose is to create facilities that are efficient, safe, and cost-effective while supporting the mission of the base. The document outlines specific chapters, covering aspects like architecture, civil engineering, mechanical systems, fire protection, electrical, and environmental considerations, including adherence to local, state, and federal regulations. Key points include requirements for project siting, job site standards, and mandatory integration of energy and water conservation measures. Facilities must meet the Sustainable Design and Development Policy, aiming for LEED Silver certification. Architectural elements must conform to a specific color scheme and compatibility with existing structures. Additionally, detailed guidance is provided for various construction materials and methods to ensure durability and maintainability, as well as compliance with the National Historic Preservation Act, ensuring that any alterations respect historic properties. Throughout the document, the emphasis on coordination among disciplines and responsible resource management underscores a commitment to high-quality infrastructure that meets operational needs while safeguarding the environment and public safety.
    This document is a Request for Quotes (RFQ) for acquiring a trailer for showers and lockers by the federal government, specifically designed for small businesses. It outlines specific requirements for submissions, including a quote and necessary contractor information like SAM UEI, TIN, CAGE Code, and contact details. The solicitation is set aside exclusively for small businesses under NAICS code 332311, with a delivery period of 10 weeks after award. The evaluation of quotes will consider both price and technical capabilities equally, along with factors such as past performance and environmental considerations. Vendors must submit their best quotes by May 9, 2025, through email to designated contacts, ensuring compliance with all outlined provisions. Questions regarding the RFQ are accepted until May 2, 2025, but no late submissions will be entertained. This document ensures transparency and adherence to federal acquisition regulations while encouraging competition among small businesses.
    The document FA930225Q0030 concerns the procurement of a shower and locker trailer for Edwards Air Force Base. Key points include that budget limitations cannot be disclosed, impacting pricing strategies for contractors. Specific site preparation requirements, such as Foreign Object Debris (FOD) control and adjacent laydown areas, are mandatory. Following an award, the 412th Civil Engineering Group will require approximately ten working days to review submittals related to utility connections. Standard access times apply, with no special restrictions noted. Additionally, while the government may consider slightly higher-spec pre-manufactured trailers to improve delivery time, budgetary constraints may limit this option. The document serves to clarify expectations and requirements for potential offerors in response to the Request for Proposals (RFP), ensuring alignment with procurement procedures and project specifications.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for the purchase and installation of a portable trailer for showers and lockers for Edwards Air Force Base. The solicitation emphasizes compliance with various federal acquisition regulations, detailing the contractor's responsibilities regarding pricing arrangements, delivery terms, and invoicing procedures. It specifies the requirement for a unique item identification system for items valued at $5,000 or more and mandates compliance with clauses related to subcontracting, small business participation, and equal opportunity. The solicitation includes essential points on contracting limitations, such as restrictions for telecommunications services and environmental considerations. The contracting process is conducted under a firm fixed-price arrangement, focusing on ease of access for both bidders and contracting officers. Contacts for inquiries and a set timeline for submissions are clearly specified, reiterating the importance of transparency and adherence to protocol in federal procurement processes. This solicitation reinforces the commitment to enriching WOSB participation while ensuring compliance with federal regulations that govern the procurement of commercial products and services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    Custodial Service Starbase Los Alamitos, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at STARBASE Los Alamitos, California. The procurement aims to secure routine custodial services, including cleaning classrooms, offices, and restrooms, with services to be performed three times a week and additional support for incidental/emergency events. This contract is vital for maintaining a clean and safe environment at the facility, which serves educational purposes for youth. Interested vendors must submit their quotes via email by January 19, 2026, at 10:00 AM PST, and can direct inquiries to Thomas Lamont at thomas.r.lamont3.civ@army.mil. The contract is set aside for small businesses, with a total estimated value based on a firm-fixed-price structure for a base year and two optional years.
    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.
    M0068126Q0004 Chemical Toilets RFQ
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Installations West at Camp Pendleton, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide chemical toilets and hand-washing stations, along with cleaning services, at various locations in Southern California, including Camp Pendleton, Fallbrook, San Diego, and Miramar. The contract requires the contractor to deliver, clean (twice weekly), restock, and remove waste from the facilities, with services to be performed in rugged, off-road environments necessitating all-terrain vehicles. Interested parties must submit their quotes via email by December 27, 2025, and ensure they are registered in SAM, with all required documentation completed, including past performance and pricing worksheets. For further inquiries, potential bidders can contact Nicholas Vonbargen at nicholas.vonbargen@usmc.mil or John Rutkowsky at john.rutkowsky@usmc.mil.
    Fire-Resistant Coverall Laundry Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the rental and laundering of forty-four fire-resistant coveralls at DLA Distribution in Oklahoma City, Oklahoma. The procurement includes the management of fire-resistant coveralls for welders and electricians, requiring weekly pickups and returns of laundered garments, as well as the maintenance and accountability of the coveralls through barcoding or RFID tracking. This contract is set aside for small businesses under NAICS code 812320, with a base year starting January 14, 2025, and two option years. Interested vendors must submit their proposals electronically to Deborah Johnson at Deborah.L.Johnson@dla.mil by 10:00 AM EST on December 22, 2025, including separate files for past performance and pricing, as the award will be based on the lowest evaluated price.
    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.
    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.
    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.