Aircraft Cleaning Compound
ID: FA441925Q0035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

MISCELLANEOUS CHEMICAL SPECIALTIES (6850)

Set Aside

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

    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base in Oklahoma, is seeking quotes for the procurement of 1,500 gallons of aircraft cleaning compound. This acquisition is a total small business set-aside and requires the cleaning compound to meet specific performance specifications, including biodegradability and compliance with environmental safety standards. The cleaning compound is essential for maintaining the cleanliness and operational readiness of aerospace equipment, aligning with the military's commitment to sustainability and safety in maintenance practices. Interested vendors must submit their quotes electronically by May 28, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact SSgt Ethan Sweet at ethan.sweet.2@us.af.mil or Scott Swain at scott.swain.2@us.af.mil.

    Files
    Title
    Posted
    The document FA441925Q0035 outlines clauses relevant to federal contracts, particularly regarding compliance and unique item identification for products and services provided to the Department of Defense (DoD). It incorporates various regulatory requirements including compensation for former DoD officials, whistleblower protections, telecommunications equipment restrictions, and pollution prevention measures. Key clauses detail the necessity for unique item identifiers (UIDs) for items with a unit cost of $5,000 or more, emphasizing the importance of tracking and accountability within military procurement processes. Specific guidelines are provided for marking and reporting UID information during deliveries. The file also includes clauses related to contracting with small businesses, compliance certifications, and payment procedures through the Wide Area WorkFlow (WAWF) system. The overall purpose of the document is to ensure adherence to federal acquisition regulations, enhancing supply chain security and regulatory compliance for contracting officers and vendors involved in federal procurement activities.
    The document is an addendum to FAR 52.212-1 regarding submission requirements for a solicitation. It mandates that pricing must be submitted on page three of the Combined Synopsis/Solicitation. A separate technical submission is required to provide clear, concise, and detailed information that evaluates the proposal against the stated requirements in Attachment 6 - Salient Characteristics. Offerors are advised that the Government lacks prior knowledge of their experience and will evaluate based solely on the provided information. Furthermore, all submissions must be sent electronically to designated email addresses for proper evaluation. This addendum emphasizes the importance of thorough documentation and clarity in proposals to facilitate effective assessment by government evaluators.
    The document outlines the evaluation criteria for awarding contracts related to commercial products and services as prescribed by the federal government. The primary objective is to secure the most advantageous contract for the government based on price and technical acceptability. The evaluation process consists of two main factors: price and technical compliance. Factor 1, Price, emphasizes that while the government seeks the lowest evaluated price, it retains the discretion to award a contract based on the overall quality of the product, rather than solely price. Factor 2, Technical, assesses whether the vendor's proposal meets specific requirements outlined in the attached Salient Characteristics. Each proposal is rated as "acceptable" or "unacceptable" depending on whether it meets the solicitation's minimum criteria. Vendors must provide clear and detailed technical descriptions in their submissions, as the evaluation will rely solely on the presented information. Overall, the document establishes a structured approach to evaluating bids, ensuring that technical merit and cost-effectiveness are balanced to achieve the best value for the government in procurement processes. It underscores the importance of adherence to solicitation requirements and the implications of failing to meet those standards.
    The document MIL-PRF-87937 outlines the specifications for biodegradable, water-dilutable cleaning compounds intended for aerospace equipment, including aircraft and aerospace ground equipment (AGE). Active since its last revision on September 27, 2022, the document aims to establish environmentally safe cleaning standards within the aerospace sector. It is categorized under performance specifications, with a review scheduled for September 24, 2032. The lead standardization activity is managed by the Defense Logistics Agency (DLA) Aviation in Richmond, with the Air Force Petroleum Office also playing a crucial role in preparation and coordination. The document references a total of 55 other guidelines and has been reviewed by various military entities, signifying its importance within the military procurement framework. Overall, this specification highlights the focus on sustainability and safety in aerospace maintenance practices while aligning with government regulations for environmentally friendly products. Adherence to these standards is essential for federal and state contractor compliance in the competitive landscape of military RFPs and grants.
    The document outlines the performance specification for biodegradable cleaning compounds designed for aerospace equipment, approved for use by Department of Defense entities. It includes definitions, classifications, and detailed requirements for various types of cleaning compounds: Type I (terpene-based), Type III (gel-type), and Type IV (heavy-duty). The specification emphasizes environmental safety, limiting hazardous materials, and ensuring efficacy through rigorous testing. It mandates compliance with specific government and non-government standards, detailing qualification processes, materials, formulation disclosures, toxicity evaluations, and biodegradability testing. Manufacturers must provide comprehensive safety and toxicological data along with samples for qualification. Conformance testing ensures consistency in composition and performance for ongoing production. The specification serves as a critical guideline for contractors and manufacturers in developing compliant cleaning solutions for the aerospace sector, supporting efforts to maintain equipment cleanliness while adhering to environmental regulations.
    The 97th Maintenance Division has issued a requirement for the procurement of 1500 gallons of aircraft wash soap, which must be delivered in bulk using a tanker truck by June 10, 2025. The contractor is expected to supply the soap with a 2-inch cam and groove coupler for proper transfer to the designated soap storage. Furthermore, the vendor must be included on the Qualified Products List (QPL) for items conforming to Performance Specification MIL PRF-87937, type IV. The primary point of contact for this procurement is SSgt Ethan Sweet, who can be reached via phone or email for further inquiries. This procurement is indicative of the military's ongoing operational support needs, specifically related to aircraft maintenance and management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BIODEGRADABLE ASPHALT CLEANER
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a biodegradable asphalt cleaner, identified by the brand name PAVERSOL and part number KLPS-275. This procurement aims to acquire a unique blend of environmentally friendly components designed for effective asphalt cleanup, compliant with stringent regulatory requirements, and free from harmful chemicals. The product is essential for maintaining operational efficiency while adhering to environmental standards at the McAlester Army Ammunition Plant in McAlester, Oklahoma. Interested vendors, particularly small businesses, should contact Gregory Clifton at gregory.l.clifton2.civ@army.mil or call 918-420-7368 for further details and to discuss potential substitutions, which must be pre-approved by the relevant authorities.
    SPILL CLEANUP KIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Spill Cleanup Kit under a presolicitation notice. This procurement involves an Indefinite Delivery Contract with five one-year base periods for National Stock Number (NSN) 4235-01-629-8785, with an estimated quantity of 220 kits for each period. The kits are crucial for hazardous material spill containment and cleanup, ensuring safety and compliance in various operational environments. Interested small businesses must note that the solicitation will be available on November 25, 2025, via the DLA DIBBS website, and should direct any inquiries to Juline Tenorio at JULINE.TENORIO@DLA.MIL or Adrienne Davis at Adrienne.Davis@dla.mil.
    FY26 Carpet Cleaning BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    49--CLEANER,ULTRASONIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of ultrasonic cleaners, specifically NSN 4940013029065, with a total quantity of six units required for delivery to DLA Distribution. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small businesses in the commercial and service industry machinery manufacturing sector. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes by the specified deadline, with inquiries directed to the buyer via email at DibbsBSM@dla.mil.
    42--SORBENT,OIL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of oil sorbent materials, specifically under National Stock Number (NSN) 4235012197414. The solicitation includes two line items, with quantities of 3,635 and 5,217 units to be delivered to the DLA Distribution San Joaquin within 171 days after order. These sorbent materials are critical for fire, rescue, safety, and environmental protection applications, highlighting their importance in maintaining safety and compliance in various operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil.
    Solicitation Protective Coating and Marking Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the procurement being set aside for small businesses. The contract will encompass a 12-month base period and four 12-month option periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal services for different types of liquids and waste. This opportunity is critical for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and effective waste management practices. Proposals are due by December 12, 2025, at 14:00 EST, and interested vendors should direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Compressed Gas
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is soliciting quotes for the procurement of various compressed gases, including liquid nitrogen, helium, carbon dioxide, argon, acetylene, and oxygen, to be delivered to Tinker Air Force Base in Oklahoma. The contract is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and requires adherence to strict delivery protocols, including packaging standards, inspection, and acceptance at the destination. This procurement is critical for supporting operations at Tinker AFB, ensuring that essential gases are available for various applications. Interested contractors must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    GOO GONE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of "GOO GONE," a product categorized under the NAICS code 333998 for miscellaneous general-purpose machinery manufacturing. The procurement requires compliance with various military standards for manufacturing, marking, and quality assurance, emphasizing the importance of shelf-life management, with a minimum of 85% shelf-life remaining upon receipt. Interested contractors should note that this opportunity is set aside for small businesses, and they can reach out to Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details. The contract will be awarded based on adherence to specified requirements and quality standards, with a focus on timely delivery and compliance with military specifications.