Skip to content
Department of Defense

STORAGE CABINET SYSTEM WITH MEZZANINE/CATWALK ON THE 2ND FLOOR

Solicitation: FA930226Q0014-01
Notice ID: 5cd99c1e183a4d169009b5dfbf8b9057

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 26, 2026. Industry: NAICS 337215 • PSC 7125.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA930226Q0014-01. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 337215 (last 12 months), benchmarked to sector 33.

12-month awarded value
$453,920
Sector total $52,180,821,306 • Share 0.0%
Live
Median
$19,300
P10–P90
$19,300$19,300
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($453,920)
Deal sizing
$19,300 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Edwards, California • 93524 United States
State: CA
Contracting office
Edwards Afb, CA • 93524-1185 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Carmen Barahona
Email
carmen.barahona@us.af.mil
Phone
Not available
Name
Anne Beach
Email
anne.beach@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA9302 AFTC PZZ
Contracting Office Address
Edwards Afb, CA
93524-1185 USA

More in NAICS 337215

Description

Update the Statement of Work.

This is a Combined Synopsis/Solicitation for the acquisition of a STORAGE CABINET SYSTEM WITH MEZZANINE/CATWALK ON THE 2ND FLOOR.

Please see attached Statement of Work (SOW) and SF 1449 for further details.
(i)    This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with RFO FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. 
(ii)    Solicitation Number: FA930226Q0014 **Please provide the full solicitation number on all packages**

Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit, in writing, a complete quote. Please note that interested parties must have the qualification to provide the specified product.

Offerors may utilize the attached SF1449 to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.

This solicitation is issued as a Request for Quote (RFQ).

(iii)    This solicitation document and incorporated provisions and clauses are in effect through Revolutionary Federal Acquisition Regulations Overhaul 2025-11, R-DFARS Change 11/03/2025 and DAFAC 2024-1016.
(iv)    THIS REQUIREMENT WILL BE: Set Aside 100% to a Small Business. The North American Industry Classification System (NAICS) number for this acquisition is 337215 with a size standard of
500 employees.
(v)    Delivery: Period of Performance will be date of award – 30 DARO.

(vi)    The provision at RFO FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Oct 2025), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/far-overhaul.

Offerors shall prepare their quotations in accordance with RFO FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:

1.    SAM UEI:

2.    TIN Number:

3.    CAGE Code:
4.    Contractor Name:
 
5.    Payment Terms (NET 30) or Discount:

6.    Point of Contact Name and Phone Number:

7.    Email address:
8.    Warranty:

9.    Date Offer Expires:

10.    FOB Destination:

11.    Estimated Delivery Lead Time:

(vii)    The provision at RFO FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Oct 2025) applies to this acquisition.

***Please read the evaluation criteria closely. If the vendor does not provide a full response, it will be found unresponsive***

The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.
Evaluation Factors:
1.    Price
2.    Technically Acceptability.
The ability to provide the Gym Equipment will be assigned ratings of satisfactory or unsatisfactory.
The Government will award a purchase order resulting from the RFQ to the offeror responsible whose quote is responsive to the RFQ and considered to be the LTPA.
(viii)    Offerors shall include complete copies of applicable provisions, which are included in SF1449. Offers will be considered incomplete if these are not included with the quote.
(iv) The clause at RFO FAR 52.212-4, Terms and Conditions—Commercial Products and Commercial Services (Oct 2025), applies to this acquisition.
 
(x)    Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/

(xi)    Defense Priorities and Allocation System (DPAS): N/A

(xii)    SITE VISIT INSTRUCTIONS AND BASE ACCESS REQUIREMENTS:

1. PURPOSE
This message provides mandatory instructions for all personnel attending the upcoming site visit. Strict adherence to these guidelines is required for base access. Failure to comply will result in denial of entry.

2. SITE VISIT DETAILS
•    Date: 19 March 2026
•    Time: 09:30 AM
•    Meeting Location: Parking Lotof 365 North Flightline Rd., Edwards AFB, CA 93524

3. ARRIVAL INSTRUCTIONS
You must arrive one hour prior to the site visit (at 08:30 AM) at the West Gate Visitor Control Center, located at 1004 Rosamond Blvd., Edwards AFB, CA 93524.

Instruction before the site visit to gain access to base:

Submit an email to - carmen.barahona@us.af.mil and anne.beach@us.af.mil with your first and last name and email address by 11 March 2026, No later than 12:00 PM Pacific Standard Time (PST). Once you submit your name and email address, you will recieve an email via a secure link DoD Safe that you can provide the list of information below under BASE ACCESS & IDENTIFICATION REQUIREMENTS. Late information will not be accepted.

DO NOT SEND ANY PERSONAL DOCUMENTS or FUL SSN via email.   

4. BASE ACCESS & IDENTIFICATION REQUIREMENTS
•    Pre-Visit Submission: 
•    Last name/first
•    Date of birth 
•    Driver license number, state of issuance
•    Last 4 of social security number 
•    Country of birth and status of citizenship

5. PERMITTED ITEMS
Please be advised that the only items you may bring to the site are a laser distance measurer without Bluetooth or a standard measuring tape, a notepad, and a pen or pencil. All other personal items, including cell phones and smart watches, are strictly prohibited.


(xiii)    Quote Submission Information:

It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
Offers are due on 26 MARCH 2026 at 10:00 AM, Pacific Standard Time (PST).

Offers must be sent via email to:
Carmen Barahona at carmen.barahona@us.af.mil  
AND 
Anne Beach anne.beach@us.af.mil. 

NO LATE SUBMISSIONS WILL BE ACCEPTED.
(xiv)    For additional information regarding this solicitation contact: Primary Point of Contact:
Carmen Barahona
Contract Specialist carmen.barahona@us.af.mil
Secondary Point of Contact: 
Anne Beach
Contract Officer
anne.beach@us.af.mil

QUESTION PERIOD: The period for questions regarding this RFQ will end at 10:00 AM PDT on 23 March 2026. Please send all questions to the buyer via email at carmen.barahona@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.
 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.