Skip to content
Department of Defense

FA8604 Air Cargo Conveyor System at Dover Air Force Base, Delaward

Solicitation: FA860426RB000
Notice ID: 90a0bf5309944cf6a1a7b67a3a8a0b13
TypeSources SoughtNAICS 333922PSC3990DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateDEPostedJan 27, 2026, 12:00 AM UTCDueFeb 10, 2026, 07:00 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: DE. Response deadline: Feb 10, 2026. Industry: NAICS 333922 • PSC 3990.

Market snapshot

Awarded-market signal for NAICS 333922 (last 12 months), benchmarked to sector 33.

12-month awarded value
$45,942,833
Sector total $20,448,118,707 • Share 0.2%
Live
Median
$230,955
P10–P90
$67,535$340,493
Volatility
Volatile118%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($45,942,833)
Deal sizing
$230,955 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 DE
Live POP
Place of performance
Dover AFB, Delaware • 19902 United States
State: DE
Contracting office
Wright Patterson Afb, OH • 45433-7228 USA

Point of Contact

Name
Andrew Petersen
Email
andrew.petersen.3@us.af.mil
Phone
9371233456
Name
Samantha Ekberg
Email
samantha.ekberg@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 LIFE CYCLE MANAGEMENT CENTER • FA8604 AFLCMC PZI
Contracting Office Address
Wright Patterson Afb, OH
45433-7228 USA

More in NAICS 333922

Description

Solicitation Number:

FA8604-26-R-B000

Notice Type:

Sources Sought

Synopsis:

Posted to SAM: 27 January 2026

Sources Sought
Air Cargo Conveyor System
Dover AFB, Delaware, United States

THIS IS A SOURCES SOUGHT NOTICE. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.

The purpose of this Sources Sought is to determine qualified potential sources that are capable of producing the items described herein. The United States Air Force, AFLCMC/PZIEB, Wright-Patterson AFB, OH, is seeking sources for the design, fabrication, installation, orientation, and test requirements for an Air Cargo Conveyor System at Dover Air Force Base, Delaware.
 

Description:

This project will provide an air cargo conveyor system at Dover AFB, Delaware. The new system shall handle single pallets and multi-pallet trains and will modernize an existing system. The new system consists of two single-pallet transfer vehicles, two 40-foot-long powered staging dock conveyors, two approximately 60-foot-long powered conveyor lanes, options for six additional 60-foot-long elevated powered conveyor lanes, and options for the modification (removal and replacement of approximately 20 feet) of four existing elevated powered conveyor lanes. The transfer vehicles include right angle transfer decks and will interface with existing non-powered storage conveyors and new staging dock conveyors. The work scope includes removal and disposal of the existing transfer vehicles, one 60-foot-long powered conveyor lane, and two 40-foot-long staging dock conveyors. A knowledgeable and experienced contractor is required to ensure the installation is accomplished correctly and quickly, to minimize impact on mission operations, and to meet the schedule.

It is anticipated that any resultant RFP will include a liquidated damages clause.

This notice is to support market research being conducted by AFLCMC/PZIEB to identify capable potential sources. Contractors responding to this shall submit the following information to: Andrew Petersen at andrew.petersen.3@us.af.mil and Samantha Ekberg at samantha.ekbergl@us.af.mil.

Response Date:

Submit NLT 10 February 2026, 1400, EST

Required Submittal:

Contractors should submit, by the due date listed above, the following:

1. Company Information to include:
a. Points of contact, addresses, email addresses, phone numbers
b. Identification as a large U.S. business, small U.S. business, or a foreign business.

2. A summary of your related capabilities information based upon the Contractor Experience required below. It should be brief and concise yet clearly demonstrate your abilities to meet the stated requirements including company CAGE Code or DUNS Number, business size and description of relevant contract experience with Government or commercial customers. Limit responses to a total page limit of 5-7 pages in a Microsoft Word compatible format.

3. Any other information you think we need to evaluate your capabilities. Submitted information shall be UNCLASSIFIED.

Contractor Experience:

Demonstrated experience, to the satisfaction of the Contracting Officer, during the past five years in the design, manufacture, installation, and acceptance and current customer operation of one transfer vehicle (TV) system and one right angle transfer conveyor deck shall be required.

Each completed TV system shall have a minimum capacity of 10,000 pounds per unit load and a minimum horizontal transfer speed of 200 feet per minute to be considered relevant to this acquisition. The TV system shall be able to transfer 10,000-pound pallets to and from storage conveyors which hold one of more 463L (108” x 88”, 10,000 pounds) or equivalent size and weight pallets. The completed right angle transfer conveyor deck shall have a capacity of 10,000 pounds per unit load. The TV and right-angle transfer conveyor deck shall be operational on the date the solicitation is issued.

An offeror who cannot demonstrate such experience, verifiable through contacting and/or visiting the offeror's past customers to determine the success of these systems, shall be deemed technically unacceptable. As a minimum, the summary shall include the following information for the projects proposed as relevant experience:

Customer company name
Installation location
Date of customer acceptance
Is the system still in use?
Company responsible for transfer vehicle and right angle transfer conveyor deck manufacture and installation
Equipment furnished with the system (include all major components)
Specify capacity and speed for the transfer vehicle
Specify capacity for the right angle transfer conveyor deck
Name of customer contact
Telephone number and e-mail of customer contact

The Government reserves the right to contact additional customers to obtain information that will be used to evaluate the vendor’s experience.

Contract Details:

Commercial items and non-developmental items are procured under FAR Part 12 and FAR Part 13 procedures. The Air Force anticipates conducting a competitive acquisition for this effort. This effort is expected to result in a Firm Fixed Price contract with an anticipated period of performance of 540 days after receipt of order (ARO). The applicable North American Industry Classification System (NAICS) Code is 333922. Business Size standard is 500 employees.

Any information submitted by respondents to this sources sought synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposals, nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. Respondents should not construe this notice as a commitment by the Air Force for any purpose.

All responses should be received no later than 10 February 2026, 1400, EST.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.