Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOURCES SOUGHT

56 -- PKA Relocatable Facility

Notice Date
12/4/2025 1:30:38 PM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461326Q2000
 
Response Due
12/12/2026 8:00:00 AM
 
Archive Date
12/27/2026
 
Point of Contact
1st Lt Kamary Williams, Phone: 3077732454, Liezel McIntyre, Phone: 3077733411
 
E-Mail Address
kamary.williams@us.af.mil, liezel.mcintyre@us.af.mil
(kamary.williams@us.af.mil, liezel.mcintyre@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought / Request for Information Notice Number: FA461326Q2000 Description: Relocatable Facility THIS IS A SOURCES SOUGHT FOR INFORMATION PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT OR FOLLOW-ON RESPONSES. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The 90th Contracting Squadron is issuing this sources sought announcement, FA461326Q2000, for work on Francis E. Warren Air Force Base (FE Warren AFB), Wyoming. The North American Industrial Classification System (NAICS) code for this procurement is 332311, Prefabricated Metal Building and Component Manufacturing, with a small business standard of 750 employees is to be used for market analysis only to determine the availability of potential small business categories for potential set-asides. No award will be made from this sources sought announcement. No solicitation is available at this time. All responses will be used to determine the appropriate acquisition strategy for the future requirement. Based on the responses to this sources sought/request for information notice the requirement may be set aside for small businesses or procured through full and open competition. All small business set-aside categories will be considered. FE Warren AFB is conducting market research to identify potential sources that have the ability to meet the requirement in Attachment 1 -Working PWS for B1502 RLF_1 Dec 25. All commodities will be delivered and installed at F.E. Warren AFB. Requirement Includes: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform installation of a new 4,032 SF Relocatable Facility (RLF) at F.E. Warren Air Force Base, Wyoming, in accordance with all applicable federal, state, local laws andregulations and this performance work statement (PWS). Vendors are required to have CMMC Level 2 certification in SPRS prior to receiving CUI drawings. CUI drawings will be provided after CMMC Level 2 certifications are confirmed and Attachment 2 - MFR CUI Control Receipt is received via email to 1st Lt Kamary Williams (kamary.williams@us.af.mil) and Mrs. Liezel McIntyre (liezel.mcintyre@us.af.mil). All interested parties shall send a capability statement that will briefly describe how your company can satisfy the requirement described above, provide comments on the attached draft Performance Work Statement (PWS), and to submit any questions they may have regarding the requirement. All comments and questions need to be submitted electronically via email. Please ensure your capability statement includes: Years of experience your company has for this requirement or similar in nature All pertinent Information where your company has provided these products Statement that you have the capability to provide ALL requirements stated within the PWS Any questions/comments that your company has regarding the PWS and/or this notice. Please note that questions will not be answered at this time. In addition to the capability statement, please provide Attachment 3 - Response Form: Company Name (as registered in SAM.gov) Cage Code Number and Unique Entity ID Mailing address Point of Contact to include phone/fax number and e?mail, and website State whether your company is a large or small business, 8(a), VOSB, SDVOSB, HUBZone small business, SDB, and WOSB, etc. State if your company is registered with SAM.gov under NAICS 332311 If you have a GSA Contract #, please list this in your response to include if your service is listed on the GSA Schedule Estimated period of performance THIS IS A NOTICE FOR MARKET RESEARCH ONLY. THIS IS NOT A REQUEST FOR QUOTATION, PROPOSAL, OR INVITATION FOR BID. All communication regarding this notice shall be in writing, reference �FA461326Q2000_Relocatable Facility� and be sent electronically to the following email addresses: kamary.williams@us.af.mil and liezel.mcintyre@us.af.mil . NO PHONE INQUIRIES. Responses MUST be received no later than Friday, 12 December 25; by 0900 (Mountain Daylight Time). LIST OF ATTACHMENTS: Attachment 1 -Working PWS for B1502 RLF_1 Dec 25? Attachment 2 - MFR CUI Control Receipt Attachment 3 � Response Form
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bb1b9746745544b9acdafcfe84415dbf/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07658206-F 20251206/251204230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.