Load Test and Inspect Aircraft Support Equipment
ID: FA488724Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4887 56 CONS CCLUKE AFB, AZ, 85309-1217, USA

PSC

EQUIPMENT AND MATERIALS TESTING- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (H217)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of load testing and inspection services for aircraft support equipment. This equipment is typically used for aircraft launching, landing, and ground handling. The services will be performed at Luke AFB in Arizona, USA. The contract will be awarded to a small business under the Total Small Business Set-Aside category. The contractor will be responsible for providing supervision, personnel, equipment, tools, transportation, and other necessary items and services to inspect, service, and test the support equipment in accordance with the Performance Work Statement. The contract will have a base year from January 1, 2024, to December 31, 2024, with four option years. Interested parties can find the equipment listing/bid schedule in the attachment section of the notice.

    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NSN 6150-01-494-0884 - LOAD BANK, ELECTRICA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 16 Load Bank Electricas, identified by NSN 6150-01-494-0884, under a presolicitation notice. This indefinite quantity contract is set aside for total small businesses and is intended for use on Nimitz Class aircraft carriers, highlighting the critical role of these components in military operations. The contract will have a five-year base period with delivery expected within 292 days after receipt of order, and proposals must be submitted in a completed solicitation package, as electronic offers are not acceptable. Interested vendors can access the solicitation on or about January 16, 2026, via the DIBBS website, and should direct inquiries to Brenda Spell at brenda.spell@dla.mil or by phone at 804-664-6101.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    Testing and Inspection Physical Ppty
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.
    Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE); PR: 7005901843; NSN: 4920-015016762
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE), specifically identified by NSN 4920-015016762, with a requirement for 25 units. This equipment is critical for aircraft maintenance and repair operations, ensuring the operational readiness of the V-22 aircraft. The solicitation is set aside for small businesses, with a delivery schedule of 263 days after receipt of order, and the anticipated contract award decision will consider price, past performance, and other evaluation factors. Interested parties should prepare to submit their proposals by January 15, 2026, and may contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    Maintenance and Repair Specialized Equipment
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.