Canyon 2 Fire Invasive Weeds Survey and Treatment Cost Recovery
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
| Agency | Space Force |
|---|---|
| Deadline | 05/15/26 |
| Posted | 05/08/26 |
| Estimated Value | $20,000,000 - $60,000,000 (AI estimate) |
| Set Aside | None |
| NAICS | 332311 - Prefabricated Metal Building and Component Manufacturing |
| PSC | 5410 - Prefabricated And Portable Buildings |
| Location | Lompoc, CA 93437 United States |
Space Launch Delta 30 (SLD 30) at Vandenberg Space Force Base, California is seeking information from industry to assist with the development of and planning of a potentially new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This Sources Sought & Request for Information is issued solely for information and planning purposes- it does not constitute a Request for Proposals (RFP) or a promise to issue an RFP in the future. This Sources Sought & Request for Information does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not at this time seeking quotations and will not accept unsolicited offers. Interested vendors are advised that the Government will not pay for any information or administrative costs incurred in response to this Sources Sought. All costs associated with responding to this Sources Sought & Request for Information will be solely at the interested party's expense. Not responding to this Sources Sought does not preclude participation in any future RFP, if any issued. If a solicitation is released, it will be synopsized on https://sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The 30th Contracting Squadron (30 CONS) is conducting market research and is requesting information from potential contractors that may possess the expertise, capabilities, and experience as described below. - Overview Space System Command's Space Launch Delta (SLD) 30 is conducting market research to explore commercial options for the rapid stand-up of transportable, specialized payload processing facilities (PPFs). The Government seeks industry partners capable of the design-manufacture of these facilities to support the integration of space vehicles (SV) with launch vehicle (LV) hardware, specifically for systems with outer fairing diameters up to approximately 5 meters and heights of 13.2 meters within ISO 14644-1 Class 7 or better controlled clean environments.
The Government anticipates future requirements for purpose built payload processing infrastructure to support national aerospace and strategic programs. These facilities are expected to provide: - Controlled environmental conditions (ISO 7) - Compliance with applicable federal, safety, and environmental standards - Scalability for future mission growth No weapon system design, performance, or operational information is requested under this RFI.
Respondents are encouraged to describe experience and capabilities related to the design and manufacturing of mobile payload processing facilities, specifically addressing the following areas: 3.1 Physical and Spatial Envelope (Conceptual) Facilities capable of accommodating payload systems with: - Minimum outer fairing diameter: 5.3 meters - Minimum facility height: 50 feet - Adequate vertical and/or horizontal clearances for: - Airlock section for payload receipt and cleaning - Personnel changing/gowning room section - Integration and encapsulation activities - Material handling and transport - Usable square footage must be at least 7,500 square feet with vertical clearance of at least 50 feet - Integration of SSCMAN 91-710v3 compliant overhead cranes, lifts, or handling systems with a minimum lift capacity of a 30-tons and a minimum hook height of 45-feet. 3.2 Cleanliness and Environmental Control Experience designing and delivering controlled environments meeting: - ISO 14644 1 Class 7 cleanroom requirements (or better), including: - Air change rates of 30-60 air changes per hour - Pressure differentials and zoning - Temperature and humidity control - Gowning, material airlocks, and contamination control strategies - Transition areas between clean and non clean spaces 3.3 Facility Functional Areas (High-Level) Conceptual accommodation for: - Payload receiving, cleaning, and inspection areas - Clean processing and integration areas - Checkout or verification spaces (facility level only) - Support spaces (control rooms, gowning, tool storage, logistics) - Interfaces to connect SLD 30 electrical and water connections. 3.4 Safety, Security, and Compliance Demonstrated experience designing facilities compliant with: - Federal and state occupational safety standards - Fire protection, life safety, and emergency response systems - Applicable DoD, NASA, UFC, or other federal facility design criteria (as appropriate) 3.5 Utilities and Infrastructure (Conceptual) Capabilities addressing: - Electrical power distribution and backup systems - HVAC systems supporting ISO Class 7 environments - Grounding, lightning protection, and EMI/EMC considerations - Monitoring, controls, and building management systems - Design for resilience, maintainability, and lifecycle support - Integrated architectural, structural, mechanical, electrical, and controls design -
The PPF must be able to sit in storage until needed for use. Upon activation the PPF must be able to be rapidly transported via ground, erected, and fully mission capable. Upon mission completion, the facility must be capable of being repacked and stored again for future use. 3.8 Weather Resistance The PPF must be able to withstand sustained winds of up to 60 MPH.
Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 25 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2 X 11 page size. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Responses must specifically describe the contractor's ability to meet the requirements outlined in this RFI. All proprietary or competition sensitive information shall be clearly marked. Oral communications are not permissible. Sam.gov will be the sole repository for all information related to this RFI. Companies who wish to respond to this RFI should send responses via email no later than 1:00 PM PDT on 15 May 2026 to William.Bumpass.1@spaceforce.mil and Andrew.Gabel@spaceforce.mil. 4.1 Company Information - Legal name and headquarters location - Primary point(s) of contact - Business size and socioeconomic status - CAGE code and UEI number 4.2 Relevant Experience Descriptions of up to three comparable projects, including: - Facility purpose and general size (square footage, height, volume) - Cleanroom classifications achieved (e.g., ISO Class levels) - Role performed (prime, design manufacture lead, subcontractor) - Customer type (government or commercial, as releasable) - Approximate project value and completion timeframe 4.3 Technical Capabilities - Approach to integrating ISO Class 7 clean environments into large volume facilities - Experience supporting large diameter aerospace systems (envelope based only) - Incorporation of safety, security, and compliance into facility design 4.4 Risks and Best Practices - Key technical and construction risks associated with this facility type - Mitigation strategies and lessons learned - Innovative design, manufacture, or operations concepts 4.5 Optional Information - Recommended acquisition or contracting strategies - High level cost drivers (rough order of magnitude , non binding) - Sustainment, modification, or future expansion support capabilities - Technical capabilities not otherwise described in this document Questions Questions regarding this announcement shall be submitted in writing by e-mail to William.Bumpass.1@spaceforce.mil. Verbal questions will NOT be accepted. Answers to questions will be posted to SAM.Gov. The Government does not guarantee that questions received after 7 May at 3:00 PM PDT will be answered. The Government will not reimburse companies for any costs associated with the submissions of their responses. - Disclaimer : This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed.
Background Space Launch Delta 30 (SLD 30) at Vandenberg Space Force Base, California is conducting market research to explore commercial options for the rapid establishment of transportable, specialized payload processing facilities (PPFs). The goal is to support the integration of space vehicles with launch vehicle hardware in controlled clean environments. The Government anticipates future requirements for purpose-built payload processing infrastructure to support national aerospace and strategic programs. Work Details The contract will involve the design and manufacture of mobile payload processing facilities capable of accommodating payload systems with a minimum outer fairing diameter of 5.3 meters and a facility height of at least 50 feet. Facilities must provide controlled environmental conditions compliant with ISO 14644-1 Class 7 or better, including air change rates of 30-60 per hour, pressure differentials, temperature and humidity control, and gowning areas. The facilities should also include areas for payload receiving, cleaning, inspection, integration, checkout, and support spaces. Safety compliance with federal standards is mandatory, including fire protection and emergency response systems. The PPF must be deployable and storable, capable of rapid transportation and setup while withstanding winds up to 60 MPH. Place of Performance The contract will be performed at Vandenberg Space Force Base, California.
| Contact name | William Bumpass |
|---|---|
| Contact email | william.bumpass.1@spaceforce.mil |
| Contact phone | None |
| Secondary contact name | Andrew Gabel |
| Secondary contact email | andrew.gabel@spaceforce.mil |
| Secondary contact phone | None |
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
Agency: FCI Mendota
Location: California
NAICS: 311999
Agency: BLM California Region
Location: California
NAICS: 237310
Agency: Air Force Test Center
Location: California
NAICS: 334220