Opportunity
SAM #W50S8C26QA007
Nevada Air National Guard Base-wide Fall Protection Equipment and Installation
Buyer
Nevada ANG PFO
Posted
March 26, 2026
Respond By
April 20, 2026
Identifier
W50S8C26QA007
NAICS
811310, 238190, 238290, 332323
This opportunity involves the Nevada Air National Guard's procurement and installation of permanent rooftop fall protection systems across multiple buildings at its Reno facility. - Government Buyer: - Nevada Air National Guard (NVANG), 152nd Airlift Wing (AMC), 152 Mission Support Contracting Office - W7NM USPFO ACTIVITY NVANG 152, Department of the Air Force, Department of Defense, National Guard Bureau - Products and Services Requested: - Permanent, non-fixed safety guardrail barriers (various straight and corner runs, e.g., 136-foot, 38-foot, 10-foot, 21-foot, 16-foot, 22-foot, 12-foot, 8-foot, 8x8, 8x10) - Hatch guardrails (sizes to be verified prior to ordering for multiple buildings) - Marking warning line (80-foot run) - Safety ladder kit (non-penetrating, with 10-foot protection on each side) - Standing seam safety rail (non-penetrating, 8-foot run) - Powder coating option for guardrail components (excluding hatch guardrails) to match metal roofs - Installation services for all above equipment, including all labor, materials, tools, transportation, inspections, and professional engineering certification - Unique or Notable Requirements: - All systems must comply with OSHA, ANSI, and USACE safety standards - Contractor must provide professional engineering certification for installations - Powder coating of guardrails to match existing roof color is an option - Work must be performed across multiple buildings at the Nevada Air National Guard base - Project is a total small business set-aside under NAICS 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) - Award will be based on best value, considering price and technical capability - OEMs and Vendors: - No specific OEMs or brands are named; open to qualified manufacturers meeting technical and safety standards - Period of Performance: - Six months from contract start date - Locations: - All work performed at Nevada Air National Guard, 1776 National Guard Way, Reno, NV (multiple buildings) - Contracting office also located at this address
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
2. This solicitation is being issued as a(n) Request for Quote (RFQ), and a written solicitation will not be issued.
3. This solicitation document and incorporated provisions and clauses are those in effect through:
Federal Acquisition Circular 2026-01 Defense Federal Acquisition Regulation Public Notice 20251110 Army Federal Acquisition Circular 2025-0711
4. IAW FAR 19.501 a "set-aside for small business" is the limiting of an acquisition exclusively for participation by small business concerns. A small business set-aside may be open to any of the small business concerns identified at 19.000(a)(3).
The type of set-aside used (if applicable) is: Total Small-Business Set-aside The Federal Service Code / Product Supply Code is: J042 The North American Industry Size Classification System (NAICS) code associated with this requirement is: 811310 Award will be made to the offeror who represents the best value to the Government as outlined in accordance with the criteria set forth within the solicitation.
Description:
The Nevada Air National Guard, 152 Mission Support Contracting Office in Reno, Nevada, intends to award a Firm Fixed Price Purchase Order for the purchase of equipment and installation of exterior facility fall protection systems for the identified buildings identified in the PWS (Attachment 2). Contractor will furnish all labor, supplies, parts, transportation, tools, equipment, inspections and facilities necessary to perform work required to complete the project in accordance with the attachment Performance Work Statement (Attachment 2).
Instructions to Offerors:
FAR provision 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (September 2023, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:
The following words stating “offer”, “offeror”, and “proposal” are replaced with “quotation”, “vendor”, and “quote”. Paragraph (a) first sentence revised as follows: “The NAICS code and small business size standard for this acquisition appear above. Quoted amounts need to be net prices without tax. The Government reserves the right to award on an "All or None" basis Provide Quote Expiration Date, Best Delivery Date, and any Discount Terms Quotes, attachments, and all other correspondence as listed in this solicitation must be emailed to both points of contact POCs). - All questions are to be submitted in writing by: 13 April 2026 10:00 AM PDT - Quotes are required to be valid until: 150 days after the response deadline. - A Site visit will be conducted on: 08 April 2026 09:00 AM PDT