PKB - Aircraft Corrosion Control Services - Travis, AFB
ID: FA442725R0004Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Aircraft Corrosion Control Services at Travis Air Force Base (TAFB) in California. The contract aims to provide comprehensive cleaning and maintenance services for military aircraft, including C-5, C-17, and KC-46 models, with an overall budget of $40 million and options for additional periods. This procurement is critical for maintaining the operational readiness and safety of military aircraft, ensuring compliance with federal standards and environmental regulations. Interested small businesses must submit their proposals electronically by February 26, 2025, and can direct inquiries to William Rife at william.rife.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Corrosion Control Services at Travis Air Force Base (TAFB), focusing on aircraft cleaning and maintenance. The Service Provider (SP) is responsible for executing a variety of wash and cleaning tasks for multiple aircraft types, including C-5, C-17, KC-46, and C-130, adhering to federal, state, and local regulations. Key tasks include pre-wash preparations, exterior and interior washes, lubrication, and waste management, with specific timeframes for service completion. The document emphasizes environmental compliance, requiring the use of approved chemicals and adherence to stringent regulations from local air quality management, hazardous waste management, and wastewater discharge permits. The SP must also ensure the safety protocols are followed during cleaning operations, including spill management and hazardous materials handling. The comprehensive structure of the PWS includes chapters outlining task descriptions, regulatory frameworks, environmental management, and security requirements, designed to ensure effective mission readiness while adhering to health and safety standards.
    The document outlines the requirements for submitting a Past Performance List of References in response to Solicitation FA442725R0004 for corrosion control services. Vendors must provide detailed information on their relevant past performances, including contract numbers, descriptions of work, contracting agencies, points of contact, and contract values. The submission must indicate if the work was performed by a subcontractor, affiliate, or joint venture, and detail the roles and responsibilities, including the percentage of work and cost-sharing arrangements. This structured approach ensures that the contracting agency can assess the vendor's capabilities and past performance in relevant services before making award decisions. The focus is on previous experiences to demonstrate reliability and expertise in providing corrosion control services.
    Travis AFB is soliciting proposals from companies for Aircraft Corrosion Control Services. The 60th Contracting Squadron requires interested bidders to complete a Past Performance Questionnaire and submit it by February 17, 2025, at 12:00 PM Pacific Time. This questionnaire is essential for evaluating contractor capabilities, and submissions can be made via email to Contract Specialist William Rife. The document includes specific sections for providing reference information, performance evaluations, and overall contractor performance ratings. Respondents must address various performance criteria, including management, hiring capabilities, quality control adherence, timely reporting, and responsiveness to contract changes. Additionally, the questionnaire assesses whether the contractor is rated in the Contractor Performance Assessment Reporting System (CPARS) and whether they have faced any significant compliance issues. The purpose of this solicitation is to ensure that only qualified contractors are considered for the necessary services, emphasizing the importance of past performance as a predictor of future success in fulfilling contract requirements.
    The Wage Determination No. 2015-5655 issued by the U.S. Department of Labor provides minimum wage rates and benefits for workers on service contracts under the Service Contract Act (SCA). Contractors are mandated to pay covered workers at least $17.75 per hour for contracts initiated or renewed after January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. Rates differ by occupation, with specific hourly rates detailed for various roles in sectors such as administrative support, automotive service, healthcare, and more, along with stipulated fringe benefits. These determinations also emphasize compliance with Executive Orders related to minimum wage and sick leave. Additional provisions outline health benefits, vacation, holiday pay, and uniform allowances, ensuring worker protections. The document delineates the process for consignment of unlisted job classifications and appropriate wage rates, ensuring accurate compensation in line with contractual obligations. Overall, this wage determination serves as a guideline for federal contracts ensuring fair labor standards are met, promoting worker welfare in government-funded projects.
    The TAFB Security Requirements document outlines the stringent access protocols for contractors at Travis Air Force Base, designated as a closed installation. All contractors seeking entry must undergo identity proofing and vetting, including checks from the National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS), unless they hold a valid government security clearance. A list of acceptable identification forms is provided, emphasizing compliance with the REAL ID Act regarding driver's licenses. Contractors face disqualifications for various criminal backgrounds or affiliations that could pose a security risk, and the primary contractor is responsible for managing access and the conduct of all employees. Clear guidelines for obtaining and maintaining a base pass are established, outlining requirements for vehicle registration and identification presentation. Increased Force Protection Conditions (FPCON) may necessitate additional oversight, such as escorts for contractors and tailored security training obligations. Contractors handling sensitive information must adhere to strict guidelines to protect unclassified and classified data. Overall, the document serves as a critical framework for ensuring security and compliance for contractor activities at TAFB, particularly in the context of federal contracts and grants where security integrity is paramount.
    The document outlines the instructions for submitting proposals in response to the federal Request for Proposal (RFP) FA442725R0004. Contractors must submit their proposals electronically by 26 February 2025, inclusive of specific forms and information. A pre-proposal site visit is scheduled for 13 February 2025, and questions must be submitted in writing by 17 February 2025. Proposals should contain four main sections: Administrative Information, Past Performance Information, Mission Essential Plan, and Price. The evaluation criteria prioritize Past Performance as the most significant factor, followed by the Mission Essential Plan and Price. Proposals must demonstrate substantial confidence based on past performance. Proposals deemed non-responsive, lacking clarity or containing extraneous information, may be rejected. The selection process emphasizes that the Government may award contracts based on a tradeoff between price and the qualitative value of past performance, allowing for higher-priced offers if justified by performance history. Overall, this RFP serves to procure essential contractor services, ensuring both competitive pricing and reliability during crises.
    The Department of the Air Force's 60th Contracting Squadron issued a pre-solicitation notice for the upcoming solicitation FA442725R0004 concerning Aircraft Corrosion Control Services at Travis Air Force Base. The notice, aligning with FAR 5.203, indicates that the solicitation will be released on or after January 21, 2025, and invites prospective offerors to prepare for submitting proposals. The contract aims to provide all necessary management, tools, equipment, and labor to execute corrosion control in compliance with applicable laws and standards. The project is a 100% Small Business Set-aside under NAICS Code 488190, with a total contract value of $40 million. Proposals will be evaluated based on a Lowest Priced, Technically Acceptable approach leading to a best-value award without discussions. Interested parties must register with SAM.gov to participate. This solicitation represents a significant government contraction opportunity tailored for small businesses focusing on aerospace maintenance and support activities.
    The Performance Work Statement (PWS) for Corrosion Control Services at Travis Air Force Base outlines the requirements for aircraft cleaning and maintenance to prevent corrosion. The scope includes the provision of labor, materials, and services necessary for wash and lubrication of various aircraft types including C-5, C-17, KC-46, and C-130. The document details specific tasks such as hangar and flight line washes, cleaning protocols, and the use of approved chemicals, which must comply with federal, state, and local environmental regulations. Key sections cover minimum tasks, use of chemicals, and environmental compliance, emphasizing adherence to strict regulatory frameworks, including the Bay Area Air Quality Management District and the Fairfield Suisun Water District. The document mandates proper waste management practices, spill response, and the maintenance of records for hazardous materials. The service provider is expected to implement quality control measures and ensure safety protocols are followed throughout the operation. This PWS serves as a guideline for potential contractors submitting proposals, ensuring they align their services with military standards and environmental laws while supporting the overall mission of aircraft maintenance at Travis AFB.
    This document outlines a solicitation for Aircraft Corrosion Control Services at Travis Air Force Base, designated as FA442725R0004. The primary purpose is to procure various cleaning and maintenance services for military aircraft, specifically C-5, C-17, and KC-46 models, among others. It details the quantities, pricing arrangements, and service descriptions under a fixed-price contract with an overall budget of $40 million, including options for additional periods. The contract includes management, supplies, equipment, and labor requirements, with performance to be conducted on-site at the specified military location. Key terms such as delivery schedules, inspection criteria, and payment processes via the Wide Area Workflow (WAWF) system emphasize compliance with federal standards. The solicitation is open to women-owned small businesses, including economically disadvantaged entities, aiming to boost participation in federal contracting. By stipulating clear expectations and requirements, this solicitation underscores the government's initiative to maintain operational readiness and safety of aircraft through rigorous maintenance protocols, while also fostering inclusivity in federal procurement processes.
    The document outlines the details for a site visit at Travis Air Force Base (AFB) scheduled for February 12, 2025, focusing on protocols for visitors and participants in upcoming government RFPs. Attendees must check in at the Visitors Center at least 30 minutes prior, presenting a REAL ID or two alternative forms of identification. Vehicles entering the base require vehicle registration and insurance, and only personal vehicles are permitted at the main entrance due to strict security checks. Each company may send no more than three representatives, and visitor information must be submitted two business days prior to the event. Upon arrival, guests will proceed to the 60th Contracting Squadron in Building 549 for further proceedings. The document emphasizes the importance of following established protocols for access and security, reflecting the structured nature of government RFP events and grants’ outreach efforts. Overall, the purpose is to ensure a smooth and secure visitation process for prospective contractors or stakeholders involved in federal initiatives.
    Similar Opportunities
    Design-Bid-Build – Repair 400 Aircraft Parking Ramp - Phases 5 & 8, Travis AFB, CA Project numbers XDAT06100105 (Phase 5) and XDAT06100108 (Phase 8)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualifications from small businesses for a Design-Bid-Build project focused on repairing the Aircraft Parking Ramp at Travis Air Force Base, California, specifically for Phases 5 and 8. The project entails the demolition and replacement of approximately 60,000 square yards of concrete pavement and associated drainage utilities, with an estimated completion period of 540 days. This initiative is crucial for maintaining operational readiness at the airbase and is a total small business set-aside, emphasizing the need for contractors with experience in full-depth airfield pavement repair and replacement. Interested firms must respond by February 19, 2025, providing evidence of their capabilities and past performances, and can contact Hilary A. Swanson at hilary.swanson@us.af.mil or Salvador Castillo at salvador.castillo@us.af.mil for further information.
    Vehicle Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is announcing an upcoming contract for Vehicle Barrier Maintenance and Repair at Travis Air Force Base in California. This procurement is aimed at ensuring the maintenance and operational readiness of security systems, which are critical for safeguarding military installations. The opportunity is set aside for small businesses under the SBA guidelines, and interested parties are advised to await the forthcoming solicitation, as no quotes or proposals are being accepted at this time. For further inquiries, potential bidders can contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Brandon Spratt at brandon.spratt.2@us.af.mil.
    Travis AFB Hangar FCX Power System Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. This project, categorized under NAICS code 236220, involves a Design-Bid-Build approach and includes the construction of a hangar approximately 156,585 square feet in size, along with associated infrastructure improvements such as mooring points and site re-striping. The initiative is crucial for enhancing military readiness and operational capabilities, ensuring compliance with federal safety and environmental regulations throughout the construction process. Proposals are due by March 18, 2025, and interested contractors should direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil or Renee Booth at meranda.r.booth@usace.army.mil, with an estimated project cost ranging from $100 million to $250 million.
    C-5 Trunnion Bearing, Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Trunnion Bearing under contract number FA8538-25-R-0004. This Request for Proposal (RFP) seeks to establish a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for the maintenance of the C-5 Galaxy cargo aircraft. The Trunnion Bearing is a safety-critical component that plays a vital role in the operation of the aircraft's main landing gear, with services required to meet quarterly demands and support operations until 2040. Interested vendors must be registered in the Joint Certification Program and submit proposals by 5:00 PM EST on March 10, 2025, with inquiries directed to Phillip Russell at phillip.russell.9@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    30 OSS Airfield Window Cleaning & Janitorial Services
    Buyer not available
    The Department of Defense, through the United States Space Force, is soliciting proposals for window cleaning and janitorial services at Vandenberg Space Force Base in California. The procurement encompasses recurring window cleaning, dusting, stairwell cleaning, and carpet cleaning across multiple buildings, including the Air Traffic Control Tower, with services expected to commence on March 20, 2025, and last for one year. This initiative is crucial for maintaining operational readiness and safety at military facilities, while also promoting small business engagement, as the contract is set aside for small businesses under NAICS code 561720. Interested parties must submit their quotes by February 12, 2025, and direct any inquiries to Andrew Gabel or Aaron Morse via email.
    129 CEF - Base Janitorial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for janitorial services at the 129th Rescue Wing facilities located at Moffett Air National Guard Base in Mountain View, California. The contract will require the selected contractor to provide all necessary labor and supervision for comprehensive custodial services, while the government will supply cleaning materials and equipment. This procurement is crucial for maintaining cleanliness and hygiene within military facilities, ensuring a safe and operational environment for personnel. Interested contractors should attend a mandatory site visit on February 12, 2025, at 10:00 AM PST, and direct inquiries to CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil, with the contract valued at up to $22 million over a 12-month period.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft parts under the contract FA822025RB004, aimed at supporting Foreign Military Sales (FMS) countries. The procurement involves teardown, testing, evaluation, repair, and overhaul of various components, with detailed requirements outlined in the Request for Proposal (RFP) including specific Contract Line Item Numbers (CLINs) and associated conditions. This initiative is crucial for maintaining operational readiness and capability of military assets, ensuring compliance with federal acquisition regulations. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or by phone at 1-801-777-8416.
    J-85 Spraybar, Pilot Afte
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 1,668 units of a J-85 spraybar, critical for aircraft engine manufacturing. This firm-fixed price contract allows for a minimum order of 417 units and a maximum of 2,502 units, emphasizing compliance with quality assurance standards and electronic invoicing via Wide Area Workflow (WAWF). The procurement is vital for maintaining the safety and efficiency of military operations, with a delivery deadline set for June 30, 2025. Interested contractors must submit their proposals by February 18, 2025, and can contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.