SOURCES SOUGHT
54 -- AMARG Large Component Blast Booth
- Notice Date
- 2/17/2026 6:54:59 AM
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- FA8227 AFSC OL H PZIM HILL AFB UT 84056-5805 USA
- ZIP Code
- 84056-5805
- Solicitation Number
- FA8227-26-SS-AMARGLCBB
- Response Due
- 3/4/2026 4:00:00 PM
- Archive Date
- 03/19/2026
- Point of Contact
- Randall Egbert, Phone: 8017770142, Matthew Gallegos, Phone: 801-777-5125
- E-Mail Address
-
randall.egbert@us.af.mil, matthew.gallegos.3@us.af.mil
(randall.egbert@us.af.mil, matthew.gallegos.3@us.af.mil)
- Description
- SOURCES SOUGHT FOR Large Component Blast Booth, 309 Aerospace Maintenance and Regeneration Group (AMARG), Davis-Monthan AFB, AZ 85707 Sources Sought Number: FA8227-26-SS-AMARGLCBB Publish Date: 02/17/2026 Response Date: 03/04/2026 NAICS: 332311 PSC: 5450 DESCRIPTION: This is a Source Sought Notice Only- The Aerospace Maintenance and Regeneration Group (AMARG), Davis-Monthan AFB, AZ, requires a Large Component Blast Booth. This requirement is not currently anticipated to be solicited on a small business set-aside basis. However, a set aside will be contemplated, provided 2 or more quali?ed small business respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential o?ers to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 332311 Prefabricated Metal Building and Component Manufacturing. Size Standard: 750 Employees. The objective of this effort is to purchase a complete turn-key design, construction, and installation of a new corrosion control facility at the 309th Aerospace Maintenance and Regeneration Group (AMARG). The facility's primary function is the corrosion control of Aerospace Ground Equipment (AGE) and will house a large media blast booth within a fully enclosed Pre-Engineered Metal Building (PEMB). This building will also include a separate maintenance support operations area. The contractor will be responsible for all aspects of the project, from initial site investigation and design to providing all labor, materials, and equipment to deliver a fully functional facility in accordance with the SOW (see attached). INSTRUCTION: In response to this Sources Sought, please provide: 1. Name of the ?rm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certi?cations(s) such as SDB, 8 (a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your ?rm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certi?cations, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the USAF can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. 7. Recommendations to improve the approach/speci?cations/drawings/PWS/PRS to acquiring the identi?ed items. 8. Please include the number FA8227-26-SS-AMARGLCBB in your email response to preclude your reply being treated as JUNK or SPAM. 9. Questions regarding this market survey should be addressed to both Mr. Randall Egbert by email randall.egbert@us.af.mil and Mr. Matthew Gallegos by email matthew.gallegos.3@us.af.mil. Attachments: � DRAFT 309 AMARG LCBB SOW v2 (12FEB26)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/08f98df56ef640698420ebe9013b2640/view)
- Place of Performance
- Address: Tucson, AZ 85707, USA
- Zip Code: 85707
- Country: USA
- Zip Code: 85707
- Record
- SN07718411-F 20260219/260217230048 (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 |