Opportunity
SAM #W50s9a26sa010
Sources Sought: Decontamination Air Shower System Installation for Utah Air National Guard
Buyer
U.S. Army National Guard
Posted
April 28, 2026
Respond By
May 14, 2026
Identifier
W50s9a26sa010
NAICS
333413
The Utah Air National Guard is seeking capability statements for the delivery and installation of a decontamination Air Shower/Blow Off Booth at the Roland R. Wright Air National Guard Base in Salt Lake City, UT. - Government Buyer: - Utah Air National Guard, 151st Wing, Roland R. Wright Air National Guard Base - Contracting office: W7N3 USPFO ACTIVITY UTANG 151 - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation or attachments - Products/Services Requested: - Decontamination Air Shower System (1 unit) - Minimum 18-gauge steel walls - 480V 3-phase power - At least 20 air blower nozzles - Door interlock safety switches, sealed doors/panels, grated floor, internal negative pressure system - Two doors at 90-degree angle with observation window - Sealed lighting, HEPA filtration (minimum 0.3-micron), overload protection - Internal push button start/stop, fire cut-off switch, automatic shutdown, dust collection system - Installation service (including power and copper airline connections) - Operational training for Air Shower use - Unique or Notable Requirements: - System must be delivered, installed, and operational within 60 days of contract award - Compliance with NAICS code 333413 (Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing) - Respondents must indicate business size and socio-economic status - Registration in System for Award Management (SAM) is required
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)
The Utah Air National Guard, 151 MSC, Rowland R. Wright Air National Guard Base, UT. is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing an Installation of an Air Shower as defined in the attached Specifications document. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.
Detailed Specifications are listed in the attachment identified below:
1. Attachment 1- Specifications Document
All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; therefore, do not request a copy of the solicitation. The decision to solicit a contract shall be solely within the Government's discretion.
The NAICS Code assigned to this acquisition is 333413 – Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing with a size standard of 500 persons.
Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.
Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.
CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.
Responses may be submitted electronically to the following e-mail address: berkeley.ward@us.af.mil. All correspondence sent via email shall contain a subject line that reads "151st Wing Air Shower" If this subject line is not included, the email may not get through email filters at the Utah Air National Guard Base. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending
in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to:
151 MSC,
POC – MSgt Ward, Berkeley
Email: berkeley.ward@us.af.mil
RESPONSES ARE DUE NOT LATER THAN 14 May 2026 BY 3:00PM Mountain
Standard Time. Direct all questions concerning this Sources Sought to MSgt Berkeley Ward