Loading...
FA461326Q1035
Response Deadline
May 6, 2026, 3:00 PM(MDT)15 days
Eligibility
Contract Type
Presolicitation
Pre-Solicitation Notice ID: FA461326Q1035
Description: PKB Enterprise Land Mobile Radio (ELMR) Propagation Coverage Survey (Service) (Pre-Solicitation Notice)
In accordance with Revolutionary Far Overhaul (RFO) 5.101(c)(1), the Department of the Air Force, specifically the 90th Contracting Squadron located at F.E. Warren AFB, WY, is issuing this pre-solicitation notice for an upcoming contract action under pre-solicitation number FA461326Q1035. IAW RFO 5.101(c)(4)(i), the purpose of this notice is to provide a clear and concise description of the required services that allows prospective offerors to make an informed business judgment about monitoring the GPE for or requesting a copy of the solicitation.
To maximize opportunities for small businesses, and IAW RFO 5.101(c)(2), this proposed contract action is being conducted as a Total Small Business Set-Aside. The specific services required have been classified under the North American Industry Classification System (NAICS) code 541330 for Engineering Services, which carries an associated small business size standard of $25.5 million. Additionally, the requirement falls under the Product Service Code (PSC) R425 for Support- Professional: Engineering/Technical.
1.0. DESCRIPTION OF REQUIREMENT
The 90th Communications Squadron (90 CS) requires a comprehensive Enterprise Land Mobile Radio (ELMR) Propagation Coverage Survey. The successful contractor must provide all necessary labor, expertise, and equipment to execute a detailed assessment of the existing LMR network. The core objective of this survey is to identify system deficiencies and deliver actionable recommendations for improvement across F.E. Warren AFB and its associated 9,600-square-mile missile complex. The period of performance for this effort is set at 120 calendar days following the contract award (RFO 5.101(c)(4)(i)).
2.0. AWARD AND EVALUATION
The Government anticipates awarding a Firm-Fixed-Price contract on or about late May 2026. Using commercial service procedures, the contract will be awarded to the responsible Offeror whose conforming quote is deemed most advantageous to the Government based on a Lowest-Price Technically Acceptable (LPTA) evaluation methodology. Quotes will be evaluated for technical acceptability on a pass/fail basis to ensure they meet all Performance Work Statement (PWS) requirements, including personnel qualifications and security criteria. To streamline the evaluation, if three or more quotes are received, the Government intends to evaluate only the three lowest-priced submissions for technical acceptability. Furthermore, IAW RFO 5.101(c)(4)(ii), the Government intends to make an award without conducting discussions, though it reserves the right to hold discussions if determined to be in its best interest.
3.0. OTHER INFORMATION
Please be advised that IAW RFO 5.101(c)(4)(vi), all responsible sources may submit a quotation, bid, or proposal, as appropriate, which will be considered by the agency. Prospective offerors must possess an active registration in the System for Award Management (SAM.gov) at the time their quote is submitted to remain eligible for the final award.
The primary points of contact for this requirement are:
Mr. Brandon Bartlett
Mr. Patrick Enriquez
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE GLOBAL STRIKE COMMAND
FA4613 90 CONS PK
FA4613 90 CONS PK
ADMIN ONLY NO REQTN CP 307 773 3888
7505 BARNES LOOP BLDG 208
FE WARREN AFB, WY, 82005-2860
NAICS
Engineering Services
PSC
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
Set-Aside
Total Small Business Set-Aside (FAR 19.5)