SOURCES SOUGHT
F -- F-22 WAU Cleanroom Sources Sought Synopsis
- Notice Date
- 9/3/2025 4:17:25 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- FA8611 AFLCMC WAUK F22 WRIGHT PATTERSON AFB OH 45433-7424 USA
- ZIP Code
- 45433-7424
- Solicitation Number
- FA8611-RFI-25-0001
- Response Due
- 10/3/2025 2:00:00 PM
- Archive Date
- 10/18/2025
- Point of Contact
- Ryan Heher, Lea Everette
- E-Mail Address
-
ryan.heher.1@us.af.mil, lea.everette@us.af.mil
(ryan.heher.1@us.af.mil, lea.everette@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a Sources Sought Synopsis (SSS) � Not a Notice of Solicitation. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of delivering the following requirement to the Air Force program below. The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), F-22 Program Division (AFLCMC/WAU), is currently conducting market research by seeking capability statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses. The F-22 IR pod requires a contamination-free environment for internal component Line Replaceable Unit (LRU) maintenance. To maximize operational availability and flexibility in austere environments, AFLCMC/WAU is requisitioning a mobile cleanroom to support the warfighter maintenance concepts. Capability statements are requested to support market research development to determine ability of industry to supply and deliver a minimum of fourteen (14) cleanrooms, which must be able to achieve a cleanliness level of ISO-7, for which each must be equipped with a self-contained automated fire suppression system compliant with National Fire Protection Association (NFPA) and AFI 32-2001 standards for use in aircraft storage areas. The cleanroom internal dimensions must be a minimum of 10�W x 16 L, have a durable floor surface able to withstand up to 4,600 lbs, and an entryway that is accessible for equipment that is 2�W x 14�L to allow for pod maintenance operations. These cleanrooms may be utilized for both in-garrison and deployed locations and must be easily assembled and disassembled without requiring excessive or specialized support equipment. Maximum assembly and disassembly time shall take no more than three (3) hours and four (4) personnel to complete. Furthermore, each mobile cleanroom must be transportable via military cargo aircraft and palletized using a 463L pallet configuration. All interested vendors responding to this SSS shall submit a response demonstrating their capability of providing fully complete cleanrooms meeting identified specifications, addressed in the preceding paragraphs, to the Point of Contacts listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this SSS are not considered offers and cannot be accepted by the Government to form a binding contract. The decision to solicit for a contract shall be solely within the Government�s discretion. Any information submitted by respondents to this SSS is voluntary. This SSS 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. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any of the information submitted in response to this sources sought. The primary North American Industry Classification Systems (NAICS) Code assigned to this acquisition is 339113, and please state your size standard per the NAICS code. The Government�s assessment of the capability statements received will factor into whether any potential solicitation may be conducted as full and open, as a set-aside for small business, or other than full and open. 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 FAR Clause 52.219-14. CAPABILITY STATEMENT: All interested vendors shall submit a capability statement that explicitly demonstrates their capability to provide/perform the requirement stated in this SSN. If late information is received, it may be considered depending on agency time constraints. The capability statement should be brief and concise yet clearly demonstrate an ability to meet the stated requirement. The statement shall include answers to the following inquiries: 1. Please provide company information including: a. Name of Company. b. Address. c. Point of Contact (to include phone number and email address). d. Recent, relevant experience in all areas should be provided. e. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. f. Firms responding to this announcement should indicate whether they are a large business, SB, 8(a) certified business, HUBZone, EDWOSB, WOSB, or SDVOSB small businesses. g. Company size status and CAGE code. h. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership and any contemplated use of foreign national employees on this effort). 2. Describe your company�s experience with developing cleanrooms for maintenance operations including details whether they have been for DoD or military operations? If so, how recent was your last experience and how does it? 3. Describe your company�s familiarity with NFPA guidelines and their specific requirements for fixtures/shelters to be used in aircraft storage areas?? 4. Provide comprehensive details outlining your company�s familiarity with military aircraft palletization and 463L configurations, any recent and relevant activities with such, and any other items to support ability to accomplish. 5. Describe details associated with timelines to produce and delivery a cleanroom meeting this sources sought�s identified specification needs. 6. Describe in detail what cleanroom replacement parts may be required, availability of replacement parts, required equipment maintenance, sustainability needs, and any other item deemed necessary for operability. The Government reserves the right to contact the submitting parties as required for further clarification on material provided. The Government will evaluate the information provided, include it within our market research, and use it as needed if solicitation/request for proposal (RFP) development comes to fruition. In addition, the Government will use its evaluation of the information and other research to determine which sources appear qualified to perform work required by the Government. Respondents will not be notified of the results of the evaluation. Note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following email address: ryan.heher.1@us.af.mil. The submission is to be received no later than 5:00 PM Eastern Standard Time, 03 Oct 2025.?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b33e7041295c4e439a9dd30eaa5508f2/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07577265-F 20250905/250903230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |