Loading...
2026-PZI-1718
Response Deadline
May 15, 2026, 7:30 PM(EDT)10 days
Eligibility
Contract Type
Solicitation
Combined Synopsis/Solicitation for CCSFS High Factory Assembled
UL Level 3 Ballistic Rated Welded Steel Booth
Contract Specialist: Jason Scales
Procurement Contracting Officer (PCO): Eva Leavitt
1. This is a combined Synopsis/Solicitation for commercial items or commercial services prepared in accordance with the format in Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) Part 12 This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
***NOTE***
All instructions, templates, and formats contained herein should explicitly be adhered to; otherwise, a quote is determined to be incomplete and may not be considered for award.
If you are the apparent awardee, the Government will notify you immediately by sending a copy of the contract for your signature. The signed contract shall be returned to the Government within 24 hours once it is received and will then be distributed once the contract is awarded. If you do not meet the required deadline, the Government reserves the right to award to the next technically acceptable offeror. The Government reserves the right to enter into discussions with all, some, or none of the offerors.
2. Solicitation Number: 2026-PZI-1718
3. This Synopsis/Solicitation is issued as a Request for Quote (RFQ)
4. Provisions and clauses in effect through Federal Acquisition Circular (FAC) 2026-01
5. A notice regarding any set-aside: Total Small Business Set Aside
6. NAICS Code: 332311
7. Small Business Size Standard: 750 Employees
8. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: NA
9. Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable): (See Attached Bid Schedule) Contractors shall submit in accordance with the attached Government Bid Schedule format. Bid shall not exceed two decimal places.
10. Description of requirements for the items to be acquired:
1. Three (3) 4’ x 6’ x 8’ High Factory Assembled UL Level 3 Ballistic Rated Welded Steel Booths mounted to three (3) trailers
2. Three (3) Ballistic Sliding Windows (one for each booth) Standard Size
3. One (1) Optional Stamped Drawing (the specifications of the trailer)
4. The contractor will pre-wire the receptacles, lights, switch, HVAC, and supply load center attached to the building. The tie-in and Data/Communications will be handled by SFS; not contractor.
11. Date of delivery / Period of Performance:
180 days
12. Place(s) of Delivery and Acceptance: SAGAMORE, MA 02561
13. FOB Point: DESTINATION
14. Attachments:
a. Statement of Work (SOW)
b. Bid Schedule
15. The name of the individuals to contact for information regarding the solicitation are: Contract Specialist: Jason Scales at jason.scales.1@us.af.mil or Contracting Officer: Eva Leavitt at eva.leavitt@us.af.mil.
16. Additional Information:
Be advised in accordance with RFO 52.204-7 that all interested parties must have an active Federal Government contracts registration in the System for Award Management (SAM) Database when submitting an offer or quotation in response to this solicitation and at the time of award. If you are not registered, you may make a request through the SAM website at http://www.sam.gov. Please include your organizations CAGE and/or UEI (Unique Entity Identifier) code along with your proposal to aid in verification or registration within SAM. For Small Business Set-Asides, the Contractor shall have a current SAM registration with a Small Business certification under this solicitation NAICS code size standard listed on page 1.
Be advised: Upon award or at any time during the contract option years (if applicable), the contract may be incrementally funded IAW R-DFARS Clause 252.232-7007 (DEVIATION 2026-O0022) Limitation of Government’s Obligation.
IAW R-DFARS 252.232-7003(b) (DEVIATION 2026-O0022) all invoices shall be submitted via Wide Area Workflow (WAWF) located at https://wawf.eb.mil/. (Procedures and POC’s specific to this contract will be added to the contract).
Be advised: IAW RFO 52.232-18 Availability of Funds
Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
Be advised: The Government reserves the right to cancel this solicitation at any time. In the event the government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.
Be advised: IAW the REAL ID Act of 2005, anyone 18 years or older who plans to visit Hanscom Air Force Base (HAFB) for a site visit or contract performance will need a REAL ID-compliant driver's license or must present a second form of identification along with their non-REAL ID-compliant identification. Acceptable forms of secondary identification include:
o U.S. passport or passport card
o Military ID card (Common Access Card or CAC, DoD retired ID card)
o Permanent resident card (Green Card)
o Transportation Worker Identification Credential (TWIC)
o Enhanced Driver's License (EDL)
o Other forms of identification accepted by the Department of Homeland Security
17. The provision at RFO 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services and RFO 52.212-2 Evaluation – Commercial Products and Commercial Services apply to this acquisition.
Addendum to RFO 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services
The following is to be added to RFO 52.212-1 paragraph (b):
1. Please provide your price quote on the attached bid schedule. Bid shall not exceed two decimal places. Please note missing this attachment in your proposal submission may result in your proposal being determined unacceptable.
2. The quote in its entirety shall not exceed twenty-five (25) pages.
3. Please provide the following documentation in your quote:
a. All documents required under #18 of this document.
i. Technical Proposal
ii. Completed Bid Schedule
b. Shall complete and provide representation IAW RFO 52.240-90, Security Prohibitions and Exclusions Representations and Certifications, and provide additional disclosures, if applicable.
c. Shall complete and provide representation IAW RFO 52.240-91, Security Prohibitions and Exclusions, and provide additional disclosures, if applicable.
NOTE: The aforementioned documentation are considered required for a quote to be considered acceptable for contract award.
4. § 844 marijuana possession remains a federal offense, and it is not allowed on Federal installations, including Hanscom AFB.
5. All questions are due on or before May 11, 2026 at 3:30PM EST. Answers will be posted to SAM.gov not later than May 13, 2026 at 3:30PM EST.
6. Offers shall be emailed to Contract Specialist Jason Scales via e-mail at jason.scales.1t@us.af.mil and Contracting Officer Eva Leavitt via e-mail at eva.leavitt@us.af.mil. Please DO NOT post offers to SAM.gov. Failure to respond to both may result in being technically unacceptable.
7. Offers are due on or before May 15, 2026 at 3:30PM EST. Offers shall be valid for a period no less than 90 days. Please request read receipt on all submitted quotes.
Jason Scales
Eva Leavitt
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
FA2835 AFLCMC HANSCOM PZI
FA2835 AFLCMC HANSCOM PZI
ADMIN ONLY NO REQTN CP 781 225 0073
16 EGLIN ST BLDG 1604
HANSCOM AFB, MA, 01731-2107
NAICS
Prefabricated Metal Building and Component Manufacturing
PSC
PREFABRICATED AND PORTABLE BUILDINGS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)