Anechoic Chamber Inspection
ID: FA301625Q6068Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

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 an inspection of anechoic chambers located at Joint Base San Antonio-Lackland, Texas. The inspection aims to assess the condition of the chambers, including flooring, RF absorbers, and shielding systems, as part of a renovation project, requiring a minimum of two contractors to complete the work in one day. These chambers, approximately 36 feet in length and height, are critical for testing and research purposes, and the inspection must adhere to strict security protocols due to the facility's classification as a Sensitive Compartmented Information Facility. Interested small businesses must submit their quotes by April 21, 2025, and are encouraged to direct any questions to Caleb Murray or Rhyne Stroupe via email before the deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The 318th Range Squadron requests contract services for an inspection of Anechoic Chambers at Joint Base San Antonio-Lackland as part of a renovation project. The inspection, which requires a minimum of two contractors for one day, will assess the condition of flooring, RF absorbers, and welding within the chambers. It also involves a visual examination of existing shielding systems, confirmation of absorber materials, and measurements of the chambers. Contractors must provide all necessary labor and materials while adhering to security protocols, as the facility is classified as a Sensitive Compartmented Information Facility. Work is to be conducted during standard hours and requires prior coordination for access, as the building is not owned by the squadron. Contractors must also ensure compliance with safety and environmental standards and may need to submit requests for after-hours work. Proper identification and security clearance for personnel are mandatory, along with maintaining security for all materials used on-site. This project emphasizes the necessity of thorough inspections to facilitate successful renovations while adhering to strict compliance and security measures.
    The document appears to be a collection of fragmented data pertaining to federal and local RFPs (Requests for Proposals) and grants, although it contains corrupted and encoded content that obscures much of its meaning. The primary focus centers on broader government initiatives and requests; however, many details are rendered unreadable. The key themes likely include procurement processes, grant management, and guidelines for agencies seeking funding or bidding on projects. There are indications of procedures, compliance requirements, and potential areas for funding allocation, but specific projects, amounts, or deadlines remain unclear due to the compromised data. Overall, this document serves as a resource for federal and local government entities to navigate funding opportunities, though its current state limits the ability to extract actionable insights or details effectively.
    The document outlines various contractual clauses incorporated by reference in federal solicitations, specifically relating to the compensation of former DoD officials, whistleblower rights, and safeguarding covered defense information. It details compliance requirements for contractors encompassing multiple regulations concerning telecommunications, export-controlled items, and business operations with certain regimes, notably the Maduro regime and the Xinjiang Uyghur Autonomous Region. Additionally, it includes definitions of various business classifications such as small businesses, women-owned, and veteran-owned concerns, along with their eligibility criteria. The provisions also highlight the importance of representing certain conditions in proposals, including tax liabilities, criminal convictions, and compliance with labor standards. This document serves as a comprehensive guide for government contracting, detailing the standards and obligations contractors must meet to engage with federal agencies effectively. It emphasizes adherence to laws and regulations aimed at promoting ethical business practices, ensuring safety, and maintaining government integrity in awarded contracts.
    The document outlines the inspection requirements for two anechoic chambers, which are approximately 36 feet in length, width, and 20 feet in height, located in a 48-inch-deep pit. The chambers were inherited within the last five years, with an estimated construction date of the late 1970s or early 1980s, making them around 45 to 50 years old. The inspection scope includes checking the microwave absorber treatment on the four walls, ceiling, and floor, possibly also examining the flooring above the absorber if specified in the Statement of Work (SOW). Technicians will have access from 0730L to 1630L, Monday through Friday, with a recommendation to limit hours on Fridays, requiring escorted access with prior credential verification for security. This information is crucial for contractors participating in federal RFPs, as it sets clear expectations and requirements for inspecting and managing the anechoic chambers, ensuring safety and compliance in line with government mandates.
    The Request for Quote (RFQ) FA301625Q6068 calls for proposals from small business concerns for an Anechoic Chamber Inspection, valid until September 30, 2025. Quotes must be submitted by April 21, 2025, at 10:00 AM CDT, with late submissions only considered under specific conditions. The RFQ outlines the necessity for quotes on all line items, focusing on a single line item: the Anechoic Chamber Inspection as per the Statement of Work (SOW). Key points include a small business set-aside for eligible contractors meeting NAICS code 541690 criteria, a requirement for questions by April 11, 2025, and the evaluation basis, which revolves around technical acceptability and pricing. The government aims to award one firm-fixed-price purchase order, ideally without discussions, prioritizing a responsible vendor offering the best value. Quotes must comply with established provisions and clauses, and successful bidders must be registered in the System for Award Management (SAM). Delivery is required 45 days after the receipt of the order at a destination specified. This RFQ emphasizes the government's commitment to engage small businesses in government contracts, ensuring fair competition and value.
    The request for quote (RFQ) FA301625Q60680001 solicits proposals for an Anechoic Chamber Inspection, effective until September 30, 2025. The submission deadline for quotes is April 21, 2025, at 10:00 am CDT, with late submissions only considered under specific conditions. The RFQ includes a requirement for complete responses to all Contract Line Item Numbers (CLINs) to remain eligible for consideration. This solicitation is set aside for small businesses under NAICS code 541690, which has a maximum size standard of $19.0 million. Offerors must submit written questions by April 11, 2025, and quotes via email to the designated contract specialists. The award will be made to the vendor offering the best value based on technical acceptability and reasonable pricing, with the possibility of evaluating the lowest three bids for responsiveness. To qualify, vendors must be registered in the System for Award Management (SAM). Delivery is required within 45 days after receipt of order (ARO) and should be included in quoted prices. Attached documents contain details on the work required, wage determinations, provisions, and a diagram of chamber spaces.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    JBSA Hazardous Material Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to conduct a Hazardous Material Survey at Joint Base San Antonio (JBSA) in Texas. The procurement involves providing management, tools, supplies, equipment, and labor for both non-destructive and destructive testing of hazardous materials, including lead, asbestos, Polychlorinated-Biphenyls (PCB), mercury, and mold, across eleven geographically separated units. This initiative is crucial for ensuring compliance with environmental regulations and supporting building renovation and repair projects, with an estimated workload of inspecting 60 buildings for various hazardous materials. Interested small business offerors are encouraged to submit their responses by December 15, 2025, at 10:00 AM Central Time, and should direct inquiries to A1C Tristan Torres at tristan.torres@us.af.mil or Mr. Bismark Badu at bismark.badu.3@us.af.mil.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    ENVIRONMENTAL CHAMBER
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a new environmental chamber designed for testing concrete, aggregate, soils, and rock. The new chamber must be a freestanding, reach-in unit with specific internal dimensions and capabilities, including a temperature range of -30 °C to 180 °C and humidity levels from 10% to 95%, along with a shelf load capacity of 75 lbs per shelf. This equipment is critical for ensuring accurate and reliable testing in environmental conditions, as the current chamber is outdated and frequently requires repairs. Interested vendors should note that the contract is set aside for small businesses, and proposals must be submitted electronically, with delivery to Denver, CO, required within 180 days of award. For further inquiries, contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Traveling Wave Tube Amplifier rental
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes from small businesses for the rental of two S-band Traveling Wave Tube Amplifiers (TWTA) under the combined synopsis/solicitation RFQ N0016726Q1026. The amplifiers must meet specific operational parameters, including a frequency range of 2-4 GHz and a power output of 4kW, which are critical for various defense applications. Quotes are due by December 23, 2025, at 12 PM EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, with deliveries scheduled in phases from January to April 2026 to Bethesda, Maryland. Interested parties should direct inquiries to Steven Besanko at steven.besanko@navy.mil and ensure compliance with all relevant FAR and DFARS clauses.
    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.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.