Fall Protection Certification Services
ID: FA930126Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9301 AFTC PZIOEDWARDS AFB, CA, 93524-1185, USA

NAICS

Building Inspection Services (541350)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

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

    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.del_real@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The “Airfield Training Guide” outlines essential definitions, terms, and safety protocols for operating within airfield restricted areas. Key definitions include Runway, Controlled Movement Area (CMA), Runway Incursion, and Foreign Object Damage (FOD). The guide specifies speed limits for various airfield zones, ranging from 5 Mph near aircraft to 50 Mph on runways and specific lakebed areas. It mandates strict FOD checks for all vehicles entering and exiting paved surfaces, emphasizing individual responsibility for debris removal. Safety protocols cover vehicle parking, prohibiting parking in aircraft spots or in front of hangar doors, and maintaining safe distances from aircraft. It also details procedures for disabled vehicles and escorts, night vehicle lighting, and restrictions on cell phone use and photography. The guide stresses that aircraft always have the right-of-way, except for emergency vehicles. Non-government and special purpose vehicles require a pass for airfield entry.
    The "CMMC Quick Entry Guide SPRS V4.0" outlines the process for completing a Cybersecurity Maturity Model Certification (CMMC) Level 1 Self-Assessment. This guide details the steps for Department of Defense (DoD) contractors to access the Supplier Performance Risk System (SPRS) via the Procurement Integrated Enterprise Environment (PIEE) and submit their CMMC assessment information. Key steps include obtaining a "SPRS Cyber Vendor User" role, navigating to the Cyber Reports module, adding a new Level 1 CMMC Self-Assessment, entering assessment details, and, if applicable, transferring the assessment to an Affirming Official (AO). The guide emphasizes compliance with FAR clause 52.204–21 for a "Final Level 1 Self-Assessment." Such assessments are valid for one year and are the only CMMC Status Type visible to government personnel. This document is crucial for organizations responding to federal government RFPs, ensuring they meet cybersecurity compliance requirements.
    The government file, FA930126Q0003 – Fall Protection Certification Services Questions & Answers, clarifies a key financial aspect of the Fall Protection Certification Services contract. Specifically, it addresses the “OVER AND ABOVE REPAIRS” CLIN 0003, confirming that the stated amount of $58,666.00 is a Not to Exceed (NTE) value. This NTE amount is intended to cover potential repair instances as detailed in the Statement of Work (SOW). The document serves to provide guidance to bidders on how to correctly enter their financial response for this particular contract line item, ensuring clarity and compliance within the federal government RFP process.
    This government wage determination (No.: 2015-5603, Revision No.: 28, Date Of Last Revision: 07/08/2025) outlines minimum wage rates and benefits for service contract employees in Kern County, California, under the Service Contract Act. It details two Executive Orders: EO 14026, requiring $17.75 per hour for contracts entered into or renewed after January 30, 2022, and EO 13658, requiring $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed. The document specifies various occupational wages for administrative, automotive, food service, health, and technical roles, among others. It also mandates fringe benefits including health & welfare, vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process is outlined for unlisted job classifications.
    The “Phase-Out Plan” (Solicitation # FA930126Q0003) is an attachment incorporated into government contracts to ensure a smooth transition of services between an incumbent and a new contractor. This plan promotes competitive acquisitions and applies when a new contractor takes over, not if the incumbent wins the follow-on contract. Key elements include CLIN #4003 for phase-out activities and adherence to Federal Acquisition Regulation (FAR) 52.237-3, “Continuity of Services.” The outgoing contractor must collaborate with the incoming contractor and Government Project Manager, allow personnel interviews with reasonable interruption, and provide up to 30 days of on-the-job training to facilitate an efficient handover of responsibilities and technical skills.
    Attendees for the FA930126Q0003 site visit on December 11th must submit personal information by December 8th at 7:00 AM PST for visitor access. Required details include full name, date of birth, citizenship, last four digits of SSN, driver's license number, and state of issuance. Real-ID compliance is mandatory for individuals without a Common Access Card or Uniform Services Identification Card, requiring a Real-ID compliant driver's license, valid vehicle registration, and proof of insurance for an installation access pass. Those with non-compliant IDs must provide two supplemental forms of identification from an approved list, which includes passports, birth certificates, enhanced driver's licenses, and various other government-issued credentials.
    The government solicitation FA930126Q0003 is a Request for Proposal (RFP) for Fall Protection Certification Services, designated for Women-Owned Small Businesses (WOSB). The contract, valued at up to $11,500,000.00, covers a base year and four option years, from January 2026 to December 2030. Services include fall protection system inspection, certification, and training for up to 30 people, as well as provisions for over and above repairs. The solicitation details various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with cybersecurity maturity model certification (CMMC) requirements, particularly at CMMC Level 1 (Self) for information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Payment will be processed through the Wide Area WorkFlow (WAWF) system, and specific clauses address contractor access to Air Force installations, health and safety, and the role of an ombudsman for conflict resolution.
    This government solicitation, FA930126Q00030003, is a Request for Proposal (RFP) for Fall Protection Certification Services, specifically set aside for Women-Owned Small Businesses (WOSB). The acquisition, managed by FA9301 AFTC PZIO at Edwards AFB, CA, has an estimated total award amount of USD 11,500,000.00 and falls under NAICS code 541350. The contract includes a base year and four option years, with a performance period from January 1, 2026, to December 31, 2030. Services required include fall protection system inspection and certification, training for up to 30 people, and over-and-above repairs. Key clauses incorporated relate to cybersecurity compliance (CMMC Level 1), electronic invoicing via Wide Area WorkFlow (WAWF), and various FAR/DFARS provisions concerning labor standards, equal opportunity, and government installation access. The document outlines detailed payment instructions, reporting requirements, and compliance with federal regulations.
    This government solicitation (FA930126Q00030001) is a Request for Proposal (RFP) for Fall Protection Certification Services, including system inspection, certification, and training for up to 30 people, with an estimated total award amount of USD 11,500,000.00. The contract has a base year and four option years, with a performance period from January 1, 2026, to December 31, 2030. It specifies requirements for Women-Owned Small Businesses (WOSB) and includes various FAR and DFARS clauses related to cybersecurity (CMMC Level 1 (Self)), payment instructions (WAWF), and contractor responsibilities on government installations. Key services include annual fall protection system inspections and training, with provisions for over-and-above repairs.
    This Statement of Work (SOW) outlines a non-personal services contract for fall protection testing, inspections, certifications, and repairs for twelve hoists at Edwards Air Force Base, specifically at B1615, B1622, and Ramp 1 Sunshades. The contractor is responsible for all materials, labor, equipment, and transportation, ensuring compliance with manufacturer specifications, industry standards, and Air Force Instruction 91-203. Key services include annual inspections of fall protection system components (SRLs, harnesses, HLLs, etc.) at heights from 30 to 95 feet, comprehensive
    The document is a federal government Request for Proposal (RFP) for Fall Protection Certification Services, specifically set aside for Women-Owned Small Businesses (WOSB). The solicitation, FA930126Q00030002, issued by FA9301, outlines requirements for fall protection system inspection, certification, and training, along with provisions for over-and-above repairs. The contract includes a base year and four option years, with a total estimated award amount of $11,500,000.00 and a period of performance from January 1, 2026, to December 31, 2030. Key clauses incorporated by reference and full text include those related to electronic payment via Wide Area WorkFlow (WAWF), cybersecurity maturity model certification (CMMC) requirements, and various FAR and DFARS clauses concerning small business programs, labor standards, and contractor conduct on government installations. Offerors must comply with CMMC Level 1 (Self) for all information systems processing controlled unclassified information (CUI) or federal contract information (FCI) and maintain continuous compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    14459 - Anchor Points Follow-On
    Buyer not available
    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.
    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.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    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.
    VEHICLE BARRIERS MAINTENANCE AND REPAIR (VBMR) SERVICES at Edwards AFB
    Buyer not available
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is seeking qualified contractors to provide Vehicle Barriers Maintenance and Repair (VBMR) services. The procurement involves comprehensive maintenance and repair of critical vehicle barrier security systems, including quarterly preventive maintenance, emergency repairs, and annual refurbishment of various barrier systems and associated equipment. These services are vital for ensuring the operational integrity and security of base perimeter access points. Interested small businesses must submit proposals by December 5, 2025, with an estimated total contract value of $763,796.41 over a performance period from November 1, 2025, to October 30, 2026, including four option years. For further inquiries, contact Christopher Barnes at christopher.barnes.50@us.af.mil or Elsa N Ortiz Aguilar at elsa.ortizaguilar@us.af.mil.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, 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 designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Paratech Airbags
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Paratech Airbags, including a Model 140 133.5 Ton-8 Lift Bag Set and a Master Control Kit G2, for use at Eielson Air Force Base in Alaska. This procurement is justified as a single-source acquisition due to the specialized nature of the safety and rescue equipment required for military operations. The selected products are critical for ensuring effective rescue and safety operations, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Tara Richmond at tara.richmond@us.af.mil or Justin Williams at justin.williams.18@us.af.mil for further details regarding this opportunity.
    Service Repair for Sciaky Spot Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.