Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2026 SAM #8830
SOURCES SOUGHT

39 -- FA8604 Air Cargo Conveyor System at Dover Air Force Base, Delaward

Notice Date
1/27/2026 4:24:39 AM
 
Notice Type
Sources Sought
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
 
ZIP Code
45433-7228
 
Solicitation Number
FA860426RB000
 
Response Due
2/10/2026 11:00:00 AM
 
Archive Date
08/10/2026
 
Point of Contact
Andrew Petersen, Phone: 9371233456, Samantha Ekberg
 
E-Mail Address
andrew.petersen.3@us.af.mil, samantha.ekberg@us.af.mil
(andrew.petersen.3@us.af.mil, samantha.ekberg@us.af.mil)
 
Description
Solicitation Number: FA8604-26-R-B000 Notice Type: Sources Sought Synopsis: Posted to SAM: 27 January 2026 Sources Sought Air Cargo Conveyor System Dover AFB, Delaware, United States THIS IS A SOURCES SOUGHT NOTICE. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The purpose of this Sources Sought is to determine qualified potential sources that are capable of producing the items described herein. The United States Air Force, AFLCMC/PZIEB, Wright-Patterson AFB, OH, is seeking sources for the design, fabrication, installation, orientation, and test requirements for an Air Cargo Conveyor System at Dover Air Force Base, Delaware. Description: This project will provide an air cargo conveyor system at Dover AFB, Delaware. The new system shall handle single pallets and multi-pallet trains and will modernize an existing system. The new system consists of two single-pallet transfer vehicles, two 40-foot-long powered staging dock conveyors, two approximately 60-foot-long powered conveyor lanes, options for six additional 60-foot-long elevated powered conveyor lanes, and options for the modification (removal and replacement of approximately 20 feet) of four existing elevated powered conveyor lanes. The transfer vehicles include right angle transfer decks and will interface with existing non-powered storage conveyors and new staging dock conveyors. The work scope includes removal and disposal of the existing transfer vehicles, one 60-foot-long powered conveyor lane, and two 40-foot-long staging dock conveyors. A knowledgeable and experienced contractor is required to ensure the installation is accomplished correctly and quickly, to minimize impact on mission operations, and to meet the schedule. It is anticipated that any resultant RFP will include a liquidated damages clause. This notice is to support market research being conducted by AFLCMC/PZIEB to identify capable potential sources. Contractors responding to this shall submit the following information to: Andrew Petersen at andrew.petersen.3@us.af.mil and Samantha Ekberg at samantha.ekbergl@us.af.mil. Response Date: Submit NLT 10 February 2026, 1400, EST Required Submittal: Contractors should submit, by the due date listed above, the following: 1. Company Information to include: a. Points of contact, addresses, email addresses, phone numbers b. Identification as a large U.S. business, small U.S. business, or a foreign business. 2. A summary of your related capabilities information based upon the Contractor Experience required below. It should be brief and concise yet clearly demonstrate your abilities to meet the stated requirements including company CAGE Code or DUNS Number, business size and description of relevant contract experience with Government or commercial customers. Limit responses to a total page limit of 5-7 pages in a Microsoft Word compatible format. 3. Any other information you think we need to evaluate your capabilities. Submitted information shall be UNCLASSIFIED. Contractor Experience: Demonstrated experience, to the satisfaction of the Contracting Officer, during the past five years in the design, manufacture, installation, and acceptance and current customer operation of one transfer vehicle (TV) system and one right angle transfer conveyor deck shall be required. Each completed TV system shall have a minimum capacity of 10,000 pounds per unit load and a minimum horizontal transfer speed of 200 feet per minute to be considered relevant to this acquisition. The TV system shall be able to transfer 10,000-pound pallets to and from storage conveyors which hold one of more 463L (108� x 88�, 10,000 pounds) or equivalent size and weight pallets. The completed right angle transfer conveyor deck shall have a capacity of 10,000 pounds per unit load. The TV and right-angle transfer conveyor deck shall be operational on the date the solicitation is issued. An offeror who cannot demonstrate such experience, verifiable through contacting and/or visiting the offeror's past customers to determine the success of these systems, shall be deemed technically unacceptable. As a minimum, the summary shall include the following information for the projects proposed as relevant experience: Customer company name Installation location Date of customer acceptance Is the system still in use? Company responsible for transfer vehicle and right angle transfer conveyor deck manufacture and installation Equipment furnished with the system (include all major components) Specify capacity and speed for the transfer vehicle Specify capacity for the right angle transfer conveyor deck Name of customer contact Telephone number and e-mail of customer contact The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the vendor�s experience. Contract Details: Commercial items and non-developmental items are procured under FAR Part 12 and FAR Part 13 procedures. The Air Force anticipates conducting a competitive acquisition for this effort. This effort is expected to result in a Firm Fixed Price contract with an anticipated period of performance of 540 days after receipt of order (ARO). The applicable North American Industry Classification System (NAICS) Code is 333922. Business Size standard is 500 employees. Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals, nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose. All responses should be received no later than 10 February 2026, 1400, EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/90a0bf5309944cf6a1a7b67a3a8a0b13/view)
 
Place of Performance
Address: Dover AFB, DE 19902, USA
Zip Code: 19902
Country: USA
 
Record
SN07698395-F 20260129/260127230039 (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!  © 1994-2026, Loren Data Corp.