Opportunity
SAM #FA461326R0002
Air Force Seeks WOSB for Underground Storage Tank Replacement at Launch Facility D-02, Nebraska
Buyer
No official U.S. federal government entity found
Posted
April 14, 2026
Respond By
May 28, 2026
Identifier
FA461326R0002
NAICS
237990, 237120, 562910, 236220
This opportunity involves the U.S. Air Force's 90th Contracting Squadron seeking a Woman Owned Small Business to replace an underground storage tank (UST) at Launch Facility D-02 in Kimball County, Nebraska. - Government Buyer: - U.S. Air Force, 90th Contracting Squadron (90 CONS PK), 90 Civil Engineer Squadron/Missile Engineering Flight (90 CES/CEM), F.E. Warren Air Force Base, Wyoming - OEMs and Vendors: - No specific OEMs or vendors are mandated, but the Statement of Work specifies a new 4,000-gallon fiberglass Xerxes UST and Veeder-Root system components - Products/Services Requested: - Removal and disposal of an existing 1960s-era steel diesel UST - Soil remediation for approximately 100 gallons of diesel contamination - Disposal of asbestos-containing materials - Installation of a new 4,000-gallon fiberglass Xerxes UST (double-wall, dry interstitial space) - Associated components: OPW The Edge spill bucket (part number 1SC-3112D), Veeder-Root interstitial liquid sensor (part number VR 794390-460), fill tube, vent, concrete mound, electrical wiring/conduit, clean fill material, and riprap - Environmental compliance, permitting, and site restoration - Unique or Notable Requirements: - 100% Woman Owned Small Business (WOSB) set-aside; SBA or authorized third-party certification required - NIST SP 800-171 cybersecurity assessment score (minimum 110 or improvement plan) - Davis Bacon Act wage determination (HEAVY classification) - Bid guarantee (20% or $2M, whichever is less), performance and payment bonds - Compliance with all federal, state, and local environmental and safety regulations - Cost estimate breakdown and required certifications must be included in proposals - Liquidated damages for delays - Estimated Contract Value: - Between $500,000 and $1,000,000 - Place of Performance: - Launch Facility D-02, Kimball County, Nebraska (primary) - Contracting office and government facility at F.E. Warren Air Force Base, Cheyenne, Wyoming
Description
This is a Combined Synopsis/Solicitation for simplified acquisition of a commercial construction requirement. This announcement constitutes the only solicitation/notice, responses/proposals are being requested, and further written solicitation will not be issued. This solicitation will be solicited as a 100% Woman Owned Small Business Set-Aside (WOSB) on SAM.gov. SBA certification or authorized third party certification as a WOSB is required as proof. The 90th Contracting Squadron is issuing this requirement under FAR Part 12 Acquisition of Commercial Products and Commercial Services, and FAR Part 36 Construction and Architect and Engineer Contracts. The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2026-01 published 13 March 2026, and Defense Federal Acquisition Regulation Supplement (DFARS) published 10 November 2025. Revolutionary FAR Overhaul is constantly changing, reference https://acquisition.gov/far-overhaul for most up to date information.
Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. It shall demonstrate the ability to provide the required services in accordance with the Statement of Work (SOW). 1. Refer to Attachment 1 Statement of Work (SOW) dated 03 April 2026 to the above project to include all contract materials and workmanship to be supplied and performed in accordance with existing contract standards, codes, practices and specifications. Refer to Attachment 3 AF Form 66 for submittals. 2. Company shall be registered in SAM.gov and fit the small business size standard of the solicited NAICS. Awardee shall be registered in SAM, no active exclusions, no Termination for Causes in the past six months and acceptable supplier risk profile in SPRS module. A score in the NIST SP 800-171 (if below 110 a plan of improvement is required with proposal) or Level 2 in CMMC of SPRS is required to obtain the Attachment 2 CUI Drawings. Please fill out Attachment 2 MFR CUI Control & Receipt to have your assessment score checked and if compliant, obtain the necessary CUI Map Layout to fully understand the scope of the project. See Attachments 2a and 2b for assistance with the NIST SP 800-171 process. 3. The site visit is to be determined. Offeror shall request a site visit no later than 11:00 am MT on Tuesday, 21 April 2026 via emailing Ms. Megan Evans at megan.evans.3@us.af.mil and Ms. Liezel McIntyre at liezel.mcintyre@us.af.mil. Personnel who request the site visit will be contacted by Ms. Evans once a date/time is established. Personnel wishing to attend will need to be added to the Entry Authorization List (EAL). This process can take up to four (4) weeks to process. With your site visit request, please include the front image of attendee's driver's license. 4. Questions are due to 90 CONS by 11:00 am MT, the day after the site visit. Submit questions via email only to Ms. Megan Evans at megan.evans.3@us.af.mil and Ms. Liezel McIntyre at liezel.mcintyre@us.af.mil. If there is no request for a site visit, the Questions are due by 11:00 am MT, Wednesday, 29 April 2026. 5. The Davis Bacon Act Wage Determination applies, classification for this project is "HEAVY", refer to Attachment 5 Wage Determination for NE20260044 published 2 Jan 2026. 6. A Bid Guarantee is required, please submit Attachment 6 SF 24 Bid Bond Form, along with your proposal. The amount of bid guarantee shall be 20% or $2M, whichever is less.
7. The magnitude for this requirement is between $500,000 and $1,000,000. If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $736.25 for each calendar day of delay until the work is completed or accepted in accordance with FAR 52.211-12 Liquidated Damages-Construction. Bonding: The contractor shall provide bonding IAW FAR 28.102 Performance and Payment Bonds and Alternative Payment Protections for Construction Contracts.
8. This solicitation, along with Attachment 4 Cost Estimate Breakdown, is also to be submitted with the proposal. Highlight breakdown of materials and labors per each division applicable. 9. Submit proposal to this RFP no later than 11:00 am MT on Thursday, 28 May 2026 by emailing proposals to megan.evans.3@us.af.mil and liezel.mcintyre@us.af.mil. Solicitation responses shall be sent via electronic means only (emailed only; mailed, hand-carried or faxed proposal shall not be accepted). Offers shall have a valid date of 60 calendar days from day of proposal receipt. Late offers shall not be accepted once solicitation has ended.
10. Your proposal shall include acknowledgement/signature of page 1 of the solicitation and corresponding amendments. Include WOSB Certification (signed by SBA or authorized third party), and if NIST SP Score is less than 110, include a plan of action to attain 110 basic assessment score, as part of your proposal.