Description
Amendment 2: FA461326Q1001 0001 (4 September 2025): The purpose of this amendment is to: Added Attachment 11 - Questions and Answers (Updated 16 Apr 26) Amendment 1: FA461326Q10010001 (4 September 2025): The purpose of this amendment is to: Changed the questions due date from Friday, 10 April 2026 to Thursday, 16 April 2026. Changed the quote due date from Friday, 17 April 2026 to Wednesday, 22 April 2026. Added Attachment 6 - Environmental Specifications Added Attachment 7 - 90 MW Safety Contractor Guide January 2026 Added Attachment 8 - Questions and Answers Added Attachment 9 - Performance Work Statement (Revised 9 Apr 26) Added Attachment 10 - Building 333 Diagram (Revised 9 Apr 26) This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461326Q1001, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $25.0 Million. This solicitation will be posted to the SAM.gov web-site as set aside 100% small business. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAC) 2026-01 effective 03/13/2026, Defense Federal Acquisition Regulation Supplement Change 11/10/2025 effective 11/10/2025 and Department of the Federal Acquisition Regulation Supplement Change 11/10/2025 effective 11/10/2025 . DESCRIPTION OF ITEMS/SERVICES: Offeror must email kyle.harris.23@us.af.mil to request any additional information. Francis E. Warren AFB has a requirement for a Network Surveillance Camera System. The contractor shall provide these in accordance with the attached Performance Work Statement document. The end product shall meet all applicable BAA (Buy American Act) or TAA (Trade Agreements Act) requirements. Contractors should verify place of origin of all components prior to delivery through use of a domestic content test. PLACE OF DELIVERY : Francis E. Warren AFB, WY 82005 Attachments : Attachment 1 – Provisions and Clauses Attachment 2 – Supplemental Provisions and Clauses Attachment 3 – Contractor Response Form Attachment 4 – Performance Work Statement Attachment 5 – Building 333 Diagram SITE VISIT: A site visit will take place on Tuesday, 7 April 2026 (10:00 AM Mountain Standard Time (MST)) . Interested parties need to provide notice of interest by e-mail to kyle.harris.23@us.af.mil and patrick.enriquez.4@us.af.mil by Friday, 3 April 2026 (2:00 PM MST) . The …
Classification
Place of Performance
Contracting Office
Contacts