AMXG 2 Awning Installation - Combined Synopsis/Solicitation
ID: FA857126R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

DRAPERIES, AWNINGS, AND SHADES (7230)

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 contractors for the installation of two free-standing awnings at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide all necessary labor, materials, equipment, tools, and transportation for the manufacturing and on-site installation of the awnings, which must meet specific design and safety standards as outlined in the provided specifications. This procurement is crucial for enhancing the operational facilities of the 402d Maintenance Group and ensuring compliance with various federal, state, and local regulations. Interested small businesses must submit their proposals by the specified deadline, with a total estimated contract value of approximately $19 million and a performance period from December 4, 2025, to January 3, 2026. For further inquiries, potential bidders can contact Nikia Streeter at nikia.streeter@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used in federal government contracting to specify data deliverables from a contractor. This particular instance, identified as Exhibit A and Contract Line Item No. 0003, details the requirement for a "Contractor's Safety Plan" for the "AMXG 2 Awning and Installation" project. The plan, designated DI-SAFT-82080/T NOT 1, must be emailed to the Air Force Safety Office (402mxw.se.wf@us.af.mil) within 10 calendar days of contract award. The Safety Office will review and provide acceptance or non-acceptance within 5 working days. The document also provides detailed instructions for both government personnel and contractors on how to complete the form, including definitions for different price groups (Group I, II, III, and IV) related to data item costs. Key contacts for this specific contract include Jennifer Smith (Primary Government POC), Christopher Gilliland (Alternate Government POC), Willie Johnson (CSMO/WAWF Primary POC), Kelsey Jackson (CSMO/WAWF Alternate POC), and Jeff Pruitt (Contracting Officer).
    The Robins Air Force Base (RAFB) 2024 Base Facility Standards (BFS) document serves as a comprehensive guide for the design and construction of buildings and infrastructure projects at Robins AFB. This major update, applicable to all new construction and renovations by Mission Partners, outlines detailed requirements across various engineering disciplines. Key areas covered include special standards like GeoBase program integration, safety provisions, and pre-engineered metal building specifications. It also addresses environmental compliance, encompassing historical preservation, natural resource conservation, and water/land protection. Structural and civil engineering elements detail foundation design, wastewater treatment, subsurface investigations, and stormwater management. Architectural standards cover exterior and interior finishes, accessibility, and antiterrorism/force protection. Mechanical elements specify HVAC, water distribution, compressed air, fire suppression, and metering. Electrical guidelines include low/medium voltage systems, grounding, lightning protection, communications, intrusion detection, auxiliary power, corrosion control, and lighting. The document emphasizes adherence to federal, state, and local regulations, with appendices for criteria reference documents and forms.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for acquiring data items from contractors. This specific instance, Exhibit A, details the requirement for a "Status Report" related to an "AMXG 2 Awning and Installation" project, specifically focusing on the Energy Management System (EnMS). Contractors working on Robins AFB are mandated to comply with ISO 50001 certification guidelines and complete Air Force-provided initial EnMS training. The document outlines instructions for both government personnel in preparing the CDRL and contractors in understanding pricing groups for data items (Group I: non-essential, Group II: essential with additional work, Group III: essential with minimal changes, Group IV: normal operating procedures at no cost). It also provides key contact information for various government points of contact, including the Primary Government POC, Alternate Government POC, CSMO/WAWF contacts, and the Contracting Officer.
    DD Form 1423-1, a Contract Data Requirements List, is a standardized government form used in federal contracting to specify data deliverables from contractors. The document details requirements for an "Accident/Incident Report" related to the "AMXG 2 Awning and Installation" system. It outlines procedures for reporting mishaps, including telephonic notification to Robins AFB Safety Office within four hours and electronic follow-up within three calendar days. The report must contain specific information such as contract details, date, time, location, narrative, cause, estimated cost, impound authority, equipment/personnel involved, and corrective actions. The form also lists various government points of contact for distribution. The latter part of the document provides detailed instructions for both government personnel and contractors on how to complete the DD Form 1423, including definitions for different price groups (Group I-IV) related to data item development and delivery, clarifying how estimated data prices should be calculated.
    This document outlines a government Request for Proposal (RFP) for the manufacturing and installation of two free-standing awnings with walls at Robins Air Force Base, Georgia, for the 402d Maintenance Group (MXSG). The awnings, measuring 19’6” x 5’ x 8’, must be weather-resistant, have a 2/12 shed/monopitch roof, and be installed on existing concrete pads, with legs buried two feet deep and secured with concrete. Specific requirements include a high wind rating, gutters with downspouts, and designated paint options. The contractor is responsible for all labor, materials, equipment, tools, and transportation, with delivery and installation required within six weeks ARO. The document details security requirements (including background checks for visitors, OPSEC, and COMSEC), supply chain risk management, and mandatory training for Environmental Management Systems (EMS) and Energy Management System (EnMS). The contractor must also submit a Safety and Health Plan, adhere to mishap notification procedures, and comply with affirmative procurement programs for EPA-designated and USDA bio-based products. The contract is not deemed mission-essential during a crisis, and payment will be processed via PIEE’s Wide Area Workflow (WAWF).
    This government solicitation, FA857126R0004, is an RFP for Women-Owned Small Businesses (WOSB) to procure and install two custom free-standing awnings with three side walls. The acquisition is a firm fixed-price requirements contract, with a period of performance from December 4, 2025, to January 3, 2026. The estimated total award amount is USD 19,000,000.00. Contractors must demonstrate financial capability to cover contract responsibilities and potential future orders, providing a narrative statement and substantiating documentation. The RFP details various FAR and DFARS clauses, including those related to electronic payment via Wide Area WorkFlow (WAWF), safeguarding covered defense information, and supply chain security. It also includes specific representations and certifications for offerors regarding business size, ownership, and compliance with various federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 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.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    PKA Relocatable Facility
    Buyer not available
    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.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Bulkhead Assembly, C-130
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Bulkhead Assembly for the C-130 aircraft, identified by Part Number 375974-7. This solicitation is a total small business set-aside and addresses an urgent requirement related to flight and safety deficiency hazards, with delivery expected at Robins AFB, Georgia, on or before January 19, 2026. Interested vendors must submit their quotes via email by December 29, 2025, and adhere to specific packaging and transportation requirements outlined in the associated documents. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    USAF Band Practice Booth Ceiling Panel Relocation
    Buyer not available
    The Department of the Air Force is seeking qualified contractors to perform a specialized relocation of ceiling panels within a Wenger SoundLok Sound-Isolation Booth at Joint Base Anacostia-Bolling, Washington D.C. This project aims to address a fire code compliance issue related to sprinkler head spacing, requiring the contractor to disassemble and reassemble proprietary modular components while ensuring the booth's acoustic integrity and warranty are maintained. The work is valued at less than $25,000 and is critical for compliance with National Fire Protection Association (NFPA) standards. Interested parties must submit their company information, point of contact, and CAGE/Unique Entity ID by December 10, 2025, at 05:00 PM EST to the designated Air Force Contract Specialists, Roberto Rongavilla and Kanya Richards.
    Ambulance Services Robins AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide 24-hour emergency ambulance services at Robins Air Force Base (RAFB) in Warner Robins, Georgia. The contract requires the contractor to supply two fully equipped ambulances and personnel for emergency paramedic response, patient transport, in-flight emergency response, and participation in military exercises, adhering to established medical standards and regulations. This service is crucial for ensuring the health and safety of personnel on base, with a contract modification awarded to United Medevac Solutions Inc. valued at $665,585. Interested parties should submit capability statements to the primary contact, Adriana Lytle, at adriana.lytle@us.af.mil, by the specified deadline, as this notice is not a request for competitive proposals.
    Robins Air Force Base Tank Inspection
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting bids for a contract to perform comprehensive tank inspections at Robins Air Force Base in Georgia. The contract involves non-personnel services, including the removal and disposal of remaining fuel, tank cleaning, and inspections of both Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST), as detailed in the Performance Work Statement. These inspections are critical for ensuring the integrity and safety of fuel storage facilities, which play a vital role in military operations and environmental protection. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 12, 2025, at 2:00 PM CDT, to Jaylem Durousseau at jaylem.l.durousseau@usace.army.mil, with the contract expected to be awarded based on technical capability, experience, and price.