ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Joint Base Charleston AGE Corrosion Prevention and Paint Services

DEPT OF DEFENSE FA441826Q0001
Response Deadline
Apr 15, 2026
33 days left
Days Remaining
33
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Air Force, is soliciting quotes for corrosion prevention and paint services for Aerospace Ground Equipment (AGE) at Joint Base Charleston, South Carolina. The procurement involves an Indefinite Delivery Requirements Contract to refurbish 368 AGE items over a five-year period, requiring the contractor to provide all necessary labor, materials, and equipment for surface preparation and painting in accordance with military specifications. This contract is crucial for maintaining the operational readiness and longevity of essential support equipment used by the 437th Aerospace Ground Equipment Flight. Quotes are due by April 15, 2026, and interested parties should contact Morgan Hart at morgan.hart.1@us.af.mil or Matthew Michel at matthew.michel@us.af.mil for further information.

Classification Codes

NAICS Code
811310
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC Code
J017
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT

Solicitation Documents

10 Files
Draft SAM PWS AGE Paint 20251121.pdf
PDF100 KB11/21/2025
AI Summary
This Performance Work Statement (PWS) outlines the requirements for surface preparation and painting of Aerospace Ground Equipment (AGE) at Charleston AFB, SC. The contractor is responsible for providing all labor, materials, equipment, and transportation, including paint conforming to Air Force Mil Spec (gray number 26173, MIL-PRF-85285 Type IV topcoat and MIL-PRF-23377, Type I, Class N primer). The scope of work includes equipment pickup and transportation using a vehicle with a 15,000 lb winch, thorough surface preparation (washing, degreasing, sanding, masking), priming and painting all designated equipment to military specifications, applying bed liner material to cable/hose compartments of Generator Sets and -95 GTC units, and adding safety striping to oil, hydraulic, and fuel bowsers. The contractor must notify the Government for inspection upon completion, and any rework will be at the contractor's expense. The performance period is one year with four one-year options, with a two-week completion time per equipment pickup. The Government will assist with loading/unloading and provide SDS sheets, while the contractor provides all other necessary resources and is responsible for quality control, safety, environmental compliance, and accountability for equipment via AF Form 1297.
AGE Equipment NSNs (Complete list).pdf
PDF58 KB11/21/2025
AI Summary
The provided government file lists various equipment with their quantities and National Stock Numbers (NSN). The inventory includes air compressors, air conditioners, axle jacks, maintenance stands (B-1, B-4, B-5, B-7, B-2), bowsers (200, 400, 600 gallon), landing gear dollies, generators, light carts, air start carts, heaters, hydraulic carts and test stands, jacking manifolds, nitrogen carts, oil carts, towbars (C-17, MD-1, KC-135, C-5), tripod jacks, a Genie Manlift, and a Split Deck. This detailed listing is typical for federal government RFPs, federal grants, or state and local RFPs, likely serving as an equipment procurement or asset management document.
FA441826Q0001_AGE Paint Combined Synopsis Solicitation.pdf
PDF157 KB3/13/2026
AI Summary
The Department of the Air Force, Air Mobility Command, has issued a combined synopsis/solicitation (FA441826Q0001) for commercial services to provide Aerospace Ground Equipment (AGE) corrosion prevention and paint services at Joint Base Charleston, SC. This Request for Quote (RFQ) is set aside for small business concerns and seeks an Indefinite Delivery Requirements Contract for surface preparation and painting of 368 AGE pieces over a 60-month period, including a base period and five option periods, from June 2026 to May 2031. The contractor will be responsible for providing all necessary labor, materials, and equipment. Quotes are due by April 15, 2026, and will be evaluated based on price and past performance, with an ombudsman available for concerns.
Attachment 1 _ PWS_AGE Corrosion Prevention and Paint Contract PWS.pdf
PDF119 KB3/13/2026
AI Summary
This Performance Work Statement outlines the requirements for Aerospace Ground Equipment (AGE) corrosion prevention and paint services at Joint Base Charleston, SC. The contractor will provide all labor, materials (including specific Air Force Mil Spec paint), facilities, equipment, and transportation to prepare, paint, and return 368 AGE items to a like-new condition. The scope includes equipment pickup and transportation, thorough surface preparation (washing, degreasing, sanding, masking), priming and painting according to military specifications, and applying protective bed liner coatings to generator sets and GTC units. Quality inspection, acceptance, and rework procedures are defined, with the contractor responsible for rework costs and transportation. The contract spans 60 months, with a base period and four one-year option periods, and an estimated workload of 6-7 assets per month. The contractor must complete work within 14 calendar days of pickup. The government provides AGE and assists with loading/unloading, while the contractor furnishes all necessary resources, including transportation with a 15,000 lbs winch capacity, painting equipment, and hazardous material disposal in compliance with environmental regulations. A quality control plan, adherence to safety and environmental regulations, and accountability via AF Form 1297 are mandatory. The pick-up and drop-off location is Building 548, Joint Base Charleston, and base access requires prior coordination.
Attachment 2_ AGE Inventory Pricing Sheet.xlsx
Excel38 KB3/13/2026
AI Summary
This government file details a comprehensive list of equipment and their quantities, accompanied by corresponding National Stock Numbers (NSNs), across a base year and five option years (Option Year 1 through Option Year 5). The file serves as a procurement or inventory document, itemizing various air compressors, air conditioners, axle jacks, a range of maintenance stands (B-1, B-2, B-4, B-5, B-7, Universal, in both old and new styles), bowsers of different capacities (200, 400, 600 Gallon), landing gear dollies, generators, light carts, air start carts, heaters, hydraulic carts, hydraulic test stands, jacking manifolds, nitrogen carts (new and old styles), oil carts, towbars for various aircraft (C-17, MD-1, KC-135, C-5), tripod jacks (60 Ton, new and old styles), and Genie manlifts. Each entry consistently lists the item description, the quantity required, and its unique NSN, which remains constant across all years. The identical quantities and NSNs across all pricing years (Base Year, Option Year 1, Option Year 2, Option Year 3, Option Year 4, and Option Year 5) suggest a consistent requirement for these items over a multi-year period, likely for federal government RFPs related to military or aviation maintenance and support operations.
Attachment 3_ AGE Priority Projections Pricing.xlsx
Excel49 KB3/13/2026
AI Summary
The provided document details an inventory of assets for Fiscal Years 2026 and 2027, categorized by month and quarter. The assets include various types of maintenance stands (B-1, B-2, B-4, B-5, B-7, and Universal styles), generator sets (72KW -86D, B809D, B809E, B809B), jacks (35T Axle, 45T Rhino, 60T Tripod New/Old Style), towbars (C-17, C-5, KC-135, MD-1), air compressors (MC-20, LP-90, MC-7), floodlights (FL-1D), LASS units (A/M32A-95), air conditioners (Diesel), fuel bowsers (400G), heaters (New Gen), nitrogen carts (Old/New Style), hydraulic test stands, jacking manifolds, oil carts, nose landing gear dollies (C-17), main landing gear dollies (C-17), and Genie Manlifts. Each asset is identified by an Asset ID, Nomenclature, and NSN. The document is structured to show the planned availability or procurement of these items across different months within each fiscal year, indicating a systematic approach to asset management or acquisition for government operations.
Attachment 4 _ Wage Determination.pdf
PDF4751 KB3/13/2026
AI Summary
This government file, Wage Determination No. 2015-4427, Revision No. 32, issued by the U.S. Department of Labor, establishes minimum wage rates and fringe benefits for service contract employees in Berkeley, Charleston, and Dorchester counties in South Carolina. It lists numerous occupations across various sectors, including administrative, automotive, health, information technology, and maintenance, with corresponding hourly rates. The document also outlines fringe benefits, such as health and welfare, vacation, and eleven paid holidays. It provides guidance on Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage adjustments for federal contractors. Additionally, the file details hazardous pay differentials for specific high-risk work, uniform allowance policies, and the conformance process for unlisted job classifications under the Service Contract Act.
Attachment 5 _ FAR and DFARS Clauses and Provisions.pdf
PDF39 KB3/13/2026
AI Summary
This government file outlines key clauses and instructions for federal contracts, focusing on Department of Defense (DoD) procurements. It incorporates various Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses covering topics such as contracting officer's responsibilities, whistleblower rights, safeguarding defense information, prohibitions on certain telecommunications equipment and business operations (e.g., Maduro Regime, Xinjiang Uyghur Autonomous Region), utilization of small and Indian-owned businesses, electronic payment systems, and property management. The document details specific procedures for
Attachment 6 _ Past Performance Questionaire (PPQ) - AGE.docx
Word46 KB3/13/2026
AI Summary
The 628th Contracting Squadron at Joint Base Charleston (JB CHS), SC, is seeking a contractor for Aerospace Ground Equipment (AGE) Corrosion Control and Paint Services. This document, Attachment 6 – Past Performance Questionnaire, is a critical part of the evaluation process, requiring prospective evaluators to assess a vendor's past performance on similar contracts. The questionnaire focuses on the vendor's ability to meet work requirements, quality standards, complete orders on time and within budget, address quality issues, and maintain responsive communication. Evaluators are asked to rate performance using a scale from Exceptional to Unsatisfactory and provide detailed explanations for any ratings above or below satisfactory, along with supporting documentation. Responses are due by April 15, 2026, at 4:00 PM EST, to Morgan Hart and Matthew Michel. This questionnaire is essential for validating a contractor's capability for the ongoing service requirement.
Attachment 7 _ GFP AGE List.pdf
PDF2320 KB3/13/2026
AI Summary
The GFP Attachment details the provisioned items for Solicitation Number FA441826Q0001, titled "437th AGE Corrosion Prevention and Paint Services," with an attachment date of March 9, 2026. The document lists 46 distinct reparable items, predominantly various types of air compressors, maintenance stands (B-1, B-2, B-4, B-5, B-7, Universal), axle jacks, generators, bowsers, towbars, and tripod jacks. Each item includes details such as Item Name, Description, NSN, whether it is serially managed, property classification (Reparable), property usage, quantity, unit of measure (Piece), and a

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 21, 2025
deadlineResponse DeadlineApr 15, 2026
expiryArchive DateApr 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4418 628 CONS PK

Point of Contact

Name
Morgan Hart

Place of Performance

Charleston AFB, South Carolina, UNITED STATES

Official Sources