COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation is attached. Solicitation W50S9H26QA011 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2025-06, effective date 01 October 2025. This requirement is set aside 100% Small Business. North American Industry Classification System Code (NAICS) is 332311, with a size standard of 750 Employees. All qualified Small Businesses under this industry are encouraged to submit quotations. Description of Requirement: 1 (Each) – Prefabricated Fire Training Tower - Delivery to Volk Field Air National Guard Base, Camp Douglas WI 54618-5001. See attached SF 1449 and Statement of Work (SOW) for additional details. All quotes will be evaluated in accordance with the evaluation procedures described in this solicitation. ***Offers must include complete and detailed technical specifications to enable the Government's evaluation and determination of technical acceptability. Incomplete submissions or failure to provide adequate technical details may result in the offer being deemed technically unacceptable and removed from consideration. Quotes must include estimated delivery date, SAM Unique ID Number, CAGE Code, and Tax Identification number. ***Funds are not presently available for this acquisition. No contract award will be made until Appropriated funds are made available. REFERENCES: The following publications are available electronically at https//www.acquisition.gov/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) SPECIAL INSTRUCTIONS: Offerors shall be required to return the attached Standard Form 1449 Solicitation, W50S9H26QA011 signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors Addenda and any additional fill-in provisions. All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database at the time of submission of quotes. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation shall be sent via email to: WI.CRTC.VF.Contracting@us.af.mil by 16 January 2026 at 9:00 AM CST. A question and answer (Q&A) will be posted, if required, approximately 2 business days after all questions have been received. SITE VISIT: A site visit will be conducted on 8 January 2026 at 9:00 AM CST at Bldg. 331 (Volk Field ANGB, Camp Douglas WI 54618). If planning to attend, please contact the Volk Field Contracting Office at WI.CRTC.VF.Contracting@us.af.mil by 6 January 2026 at 1:00 PM CST for instructions site visit attendance. OFFER DUE DATE AND TIME: Offers are due 23 January 2026 at 1:00 PM CST. RECIPET OF OFFERS: Offerors MUST provide quote via e-mail only to WI.CRTC.VF.Contracting@us.af.mil. LATE OFFERS: Offerors are responsible for submitting quotations, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations or modification of quotations received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to the following email address: WI.CRTC.VF.Contracting@us.af.mil
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 332311 (last 12 months), benchmarked to sector 33.