AB / AIRCREW FLIGHT EQUIPMENT MAINTENANCE
ID: FA282325Q0061Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

All Other Support Services (561990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CLOTHING, INDIVIDUAL EQUIPMENT, AND INSIGNIA (J084)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircrew Flight Equipment (AFE) maintenance services at Eglin Air Force Base, Florida. The contract encompasses maintenance, repair, and management of parachute and flotation equipment, as well as aircrew-specific equipment, with a total contract value of up to $16.5 million, extending through November 2030. This procurement is crucial for ensuring the operational readiness and safety of aircrew members by maintaining essential flight equipment. Interested small businesses must submit their proposals by October 30, 2025, and direct any inquiries to A1C Abigail Gonzalez at abigail.gonzalez.6@us.af.mil or 850-882-0243.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, FA2823-25-Q-0061, outlines instructions for offerors regarding the "AIRCREW FLIGHT EQUIPMENT" solicitation at Eglin AFB, FL. The NAICS code is 519120 with a $16.5M size standard. Offerors must hold prices firm for 120 days and submit electronic offers via SAM.gov in PDF format by the closing date, including the Part number and CAGE code in document titles. Offers must be organized into three parts: Cover Sheet, SF 1449, and Technical Capability Documentation (limited to 6 pages), which will be evaluated against Technical Factors. All questions must be emailed to A1C Abigail A. Gonzalez and Gretchen Tubolino by September 19, 2025, at 12:00 CST. Offerors must meet all solicitation requirements, clearly identifying any exceptions with rationale. Submissions must be consistent with solicitation requirements, government standards, evaluation factors, and formatting guidelines, including Times New Roman 12-point font. Late submissions will not be accepted. Offerors must include their Unique Entity Identifier and Electronic Funds Transfer (EFT) indicator on the cover page. Any subsequent amendments extending the offer receipt deadline supersede previous dates.
    The FA2823-25-Q-0061 solicitation for Aircrew Flight Equipment at Eglin AFB outlines a Best Value Determination (BVD) approach for contract award. Proposals will be evaluated on Technical Approach, Price, and Past Performance, with Technical Approach and Price being of approximately equal importance. The Government intends to award a Firm-Fixed Price (FFP) contract to the offeror whose technically acceptable proposal represents the best value. Technical proposals will be rated
    This addendum to FAR 52.212-1/3 outlines instructions for offerors responding to Solicitation FA2823-26-Q-0003 for AIRCREW FLIGHT EQUIPMENT at Eglin AFB, FL. The NAICS code is 519120 with a $16.5M size standard. Offers must be submitted electronically in PDF format to specified Air Force email addresses and will be held firm for 120 days. Submissions require four parts: Cover Sheet, SF 1449, Technical Capability Documentation (limited to 12 pages, including a Quality Control Plan), and Past Performance Questionnaire. Offers must adhere to specific formatting, including Times New Roman 12-point font. Questions are due by October 2, 2025, 10:00 AM Central Time. Offerors must meet all solicitation requirements, including providing a Unique Entity Identifier and completing annual representations and certifications via SAM.gov, ensuring they are current and accurate.
    The government solicitation FA2823-25-Q-0061 for Aircrew Flight Equipment at Eglin AFB, FL, outlines a Best Value Determination (BVD) approach for contract award. Proposals will be evaluated on Technical Approach, Price, and Past Performance, with Technical Approach and Price being of approximately equal importance. The government intends to award a Firm-Fixed Price (FFP) contract to the offeror whose technically acceptable proposal represents the best value. Technical evaluation will be on a pass/fail basis (Acceptable/Unacceptable), focusing on the Quality Control Plan. The Total Evaluated Price (TEP) will include the sum of extended prices for CLINs 0001-4002 and an additional 50% of pricing for CLINs 4001 and 4002 to account for extended services. The government reserves the right to award based on initial offers without further communication.
    The government file addresses various questions and answers regarding an AFE contract, focusing on operational, personnel, and contractual requirements. Key points include the allowance of contractor-furnished tools if they meet safety standards, the flexibility to identify multiple Contract Managers (CMs) with AFE training generally being essential, and the obligation of a new contractor to existing union requirements. The document also clarifies the availability of historical Quality Assurance records, the requirement for replacement employees to meet all qualifications, and the on-site presence of the current CM. Information regarding the incumbent contractor and previous award amounts can be found on fpds.gov, and the Collective Bargaining Agreement will be provided. The Quality Manager is confirmed to be outside the Collective Bargaining Unit and cannot perform "touch labor."
    This Collective Bargaining Agreement (CBA) between GEN4 Services LLC and the International Association of Machinists and Aerospace Workers, AFL-CIO, District Lodge No. 75 and its Local Lodge No. 20, effective April 19, 2021, to May 31, 2026, at Eglin Air Force Base, Valparaiso, Florida, outlines wages, benefits, and employment terms for the bargaining unit. Key provisions cover general contract conditions, union-company relations, grievance procedures, arbitration, seniority, employment conditions (including safety, drug-free workplace, and personal appearance), employee privileges (such as PTO, military leave, bereavement leave, and holidays), and pay provisions. The agreement establishes rules for union security, steward activities, and dispute resolution, emphasizing mutual understanding and cooperation to ensure uninterrupted operations and industrial peace.
    The Air Force Test Center at Eglin AFB, Florida, is seeking competitive quotes for Aircrew Flight Equipment maintenance services, designated as Solicitation Number FA282325Q0061. This 100% Small Business set-aside acquisition, under NAICS code 561990 ($16.5M size standard), is for firm-fixed-price purchase orders covering five one-year periods from December 2025 to November 2030, including base and option years for maintenance and overtime support. Award will be based on the lowest-priced, responsible offeror conforming to all solicitation requirements, with evaluations conducted under FAR Part 13.106-2(b). Offers are due by October 10, 2025, at 10:00 AM Central Standard Time. A site visit is scheduled for September 25, 2025, and questions must be submitted by October 2, 2025. Offerors must be registered in SAM.gov and Wide Area Work Flow.
    The Air Force Test Center at Eglin, AFB, Florida, is soliciting competitive quotes for Aircrew Flight Equipment maintenance services, designated as RFQ FA282326Q0003. This is a 100% Small Business set-aside under FAR Parts 12 and 13, with NAICS code 561990 ($16.5M size standard). Award will be based on best overall value, considering price and non-price factors. Services include recurring maintenance and overtime support for five one-year periods from December 2025 to November 2030, per the Performance Work Statement dated August 25, 2025. Offers are due by October 30, 2025, with questions by October 2, 2025. A site visit is scheduled for September 25, 2025. Offerors must be registered in SAM and WAWF.
    The Air Force Test Center (AFTC) Eglin Contracting Office is requesting financial responsibility information from financial institutions regarding a specific Offeror. The memo, dated August 12, 2025, includes a questionnaire to assess the Offeror's ability to perform a contract. Inquiries cover the duration of business relationship, outstanding loans and payment history, existing lines of credit and pre-approved balances, average revolving monthly balances in checking or savings accounts, and the institution's willingness to continue working with the Offeror. The completed questionnaire should be emailed to Abigail Gonzalez at abigail.gonzalez.6@us.af.mil. The purpose is to gain insight into the Offeror's financial standing to determine positive or negative standing for contract performance, and additional comments are welcome.
    The Air Force Test Center (AFTC) is requesting a Past Performance Questionnaire for Solicitation Number FA282325Q0061, an AIRCREW FLIGHT EQUIPMENT MAINTENANCE Contract. The contract requires four qualified full-time equivalents (FTEs) at Eglin AFB to execute the defined scope of work in alignment with the Performance Work Statement. The questionnaire seeks to validate an offeror's past performance by requesting information on respondent and offeror details, contract information, market segment, magnitude, and complexity of previous contracts. It also includes an assessment of the contractor's performance in areas such as overall fill rate, on-time fill percentage, turnover rate, and replenishment rate, using a rating scale from Exceptional to Unsatisfactory. The deadline for submission is October 8, 2025. The questionnaire concludes by asking if the respondent would award the firm another contract and if the contract was terminated for default or cause.
    This Performance Work Statement (PWS) outlines requirements for non-personal Aircrew Flight Equipment (AFE) maintenance services at Eglin Air Force Base, Florida. The contract is for one year with four option years, utilizing three contractors and one full-time equivalent Quality Assurance Manager. Services include inspection, repair, repack, and modification of various flight equipment, along with management of programs like time change forecasts, munitions, and technician training. The contractor is responsible for providing all tools and equipment, maintaining communication with the Contracting Officer Representative (COR), and adhering to strict quality control standards with a maximum of two major validated inspection failures per month. The PWS also details government-furnished property and services, personnel qualifications, security, and environmental protection requirements, emphasizing compliance with Air Force regulations and industry best practices.
    This government solicitation, FA282325Q0061, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Aircrew Flight Equipment Maintenance Services. The contract, valued at up to $16,500,000.00, includes a base period and multiple option years, extending service through November 2030. Services encompass maintenance, repair, and management of parachute and flotation equipment, aircrew-specific equipment, and local manufacturing. Key requirements include compliance with various FAR and DFARS clauses, particularly those related to electronic invoicing via Wide Area WorkFlow (WAWF) and item unique identification. The solicitation outlines specific instructions for offerors, including submission of payment requests and adherence to small business and labor standards. The due date for offers is October 10, 2025.
    This document outlines the procedures for a mandatory site visit to Eglin Air Force Base, Florida, scheduled for September 25, 2025, from 10:00 a.m. to 11:00 a.m. CST. Contractors interested in attending must submit their first name, last name, birthday, and driver's license state and number to A1C Abigail Gonzalez, the Contracting Specialist, by close of business on September 23, 2025. A background check will be performed by Security Forces, and attendees must carry a picture ID. All personnel planning to attend must notify the Contracting Specialist via phone or email. Contact information for A1C Abigail Gonzalez is (210) 999-0177 and abigail.gonzalez.6@us.af.mil. Delivery receipts for emails are recommended for verification.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of the LRU20 Man Life Raft for multiple aircraft
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the LRU-33/A 20 Person Inflatable Life Raft, which is critical for AC/HC/MC-130J aircraft operations. The procurement involves a five-year contract strategy for an estimated total of 46 life rafts, with the selected contractor required to demonstrate capabilities, experience, and quality assurance processes relevant to this specialized repair work. Currently, the Original Equipment Manufacturer (OEM) is Air Cruisers Company, LLC (dba Safran), and the government is looking to expand its pool of qualified repair sources due to limitations in data rights and the impracticality of reverse engineering. Interested parties must submit their responses, including detailed business and capability information, by October 16, 2025, and can contact William D. Martin at william.martin.12@us.af.mil or Carmen Davis at carmen.davis.2@us.af.mil for further inquiries.
    Maintenance and Repair Specialized Equipment
    Buyer not available
    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.
    Paratech Airbags
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Paratech Airbags, including a Model 140 133.5 Ton-8 Lift Bag Set and a Master Control Kit G2, for use at Eielson Air Force Base in Alaska. This procurement is justified as a single-source acquisition due to the specialized nature of the safety and rescue equipment required for military operations. The selected products are critical for ensuring effective rescue and safety operations, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Tara Richmond at tara.richmond@us.af.mil or Justin Williams at justin.williams.18@us.af.mil for further details regarding this opportunity.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder 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 flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    Tailor Made Flight Suits for Members of the Naval Flight Demonstration Squadron.
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified contractors to provide tailor-made flight suits for members of the Naval Flight Demonstration Squadron. These uniforms must adhere to specific safety, operational, and mission requirements, reflecting the iconic design and uniformity essential for the squadron's public appearances. Interested contractors are required to submit four prototypes in various colors for qualification testing, with the anticipated contract awards expected to begin in August 2025. For further inquiries, potential bidders can contact Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    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.
    Remanufacture of Flap Drive Angle Gearbox Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies for the KC-135 aircraft. Contractors are required to provide all necessary materials, labor, and expertise to restore the gearbox assemblies to a like-new condition, including disassembly, cleaning, inspection, re-assembly, and testing, while adhering to strict quality control and reporting requirements. This procurement is critical for maintaining the operational readiness of the KC-135 fleet, which relies on these assemblies for effective flap operation. Interested small businesses must submit a Source Approval Request (SAR) and are encouraged to contact Cliff Morgan or Amy Gil for further details, with proposals due by December 15, 2025, at 12:00 PM.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.