Joint Base Charleston AGE Equipment Paint Services
ID: FA441826Q0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (J017)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide surface preparation and painting services for Aerospace Ground Equipment (AGE) at Joint Base Charleston, South Carolina. The procurement involves the maintenance of 375 pieces of AGE equipment over a five-year period, requiring contractors to supply all necessary labor, materials, equipment, and transportation while adhering to federal, state, and local regulations. This service is crucial for ensuring that the support equipment remains in a serviceable condition, free from excessive corrosion or damage, and includes specific painting requirements as outlined in the attached Performance Work Statement (PWS). Interested firms must submit a capabilities package by 5:00 PM on December 12, 2025, to the primary contact, Morgan Hart, at morgan.hart.1@us.af.mil, and Matthew Michel at matthew.michel@us.af.mil, detailing their qualifications and relevant experience.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Potential Sources for Paint Services in Support of the HC-144 and HC-27J Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, or stripping coatings, and externally painting the aircraft, with specific requirements for labor, equipment, and facilities. This initiative is crucial for maintaining the operational readiness and appearance of the aircraft, which play vital roles in Coast Guard missions. Interested vendors must respond by January 9, 2026, at 4:00 p.m. EST, providing detailed capability statements and relevant company information to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil, with technical inquiries directed to Mr. Harlon Parchment at Harlon.A.Parchment@uscg.mil.
    AMARG Large Component Blast Booth
    Buyer not available
    The Department of Defense, specifically the Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Arizona, is seeking information from qualified vendors regarding the procurement of a Large Component Blast Booth. This procurement aims to acquire a turnkey abrasive media bead blast booth system designed for Aerospace Ground Equipment (AGE), which will be integrated into a new, expandable Pre-Engineered Metal Building (PEMB) at the base. The project emphasizes the use of Commercial Off-The-Shelf (COTS) items and compliance with federal, state, and local regulations, including stringent cybersecurity and safety standards. Interested firms, particularly small businesses across various socioeconomic categories, are encouraged to respond with their capabilities and relevant experience by December 13, 2025. For inquiries, contact Mr. Randall Egbert at randall.egbert@us.af.mil or by phone at 801-777-0142.
    183 CES Paint Munitions Buildings 143 & 154
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
    Synopsis Next Generation Aerospace Ground Equipment (NGAGE) MAC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at supporting Agile Combat Support (ACS) for Aerospace Ground Equipment (AGE) over a ten-year period. This contract will facilitate the design, development, testing, and implementation of new solutions for AGE, which is critical for the launch, recovery, and maintenance of various aircraft systems, including fighters, bombers, and cargo aircraft. The IDIQ has a ceiling of $920 million and is intended to establish a diverse awardee base, with no set-asides at the basic contract level, although they may apply at the order level. Interested parties should note that the solicitation number FA8532-26-R-B001 will be posted on sam.gov, with a tentative award date set for April 2026. For further inquiries, contact Kimberly Janssen at kimberly.janssen@us.af.mil or Joe Lee at joe.lee.4@us.af.mil.
    Aircraft Paints, Primers, and Coatings
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for aircraft paints, primers, and coatings under solicitation number 70Z03826QE0000001. The procurement aims to secure various high-durability epoxy primers and polyurethane topcoats essential for protecting aircraft in maritime environments, with specific requirements for color, gloss, and compliance with military specifications. Interested vendors must provide qualified products, including color coupons for specific shades, and ensure delivery within 30 days, with a contract structure comprising a one-year base period and four one-year option periods. Quotations are due by December 24, 2025, and inquiries should be directed to Denise Bulone at Denise.J.Bulone@uscg.mil.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    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.
    PUMA Ground Systems and DART Refurbishment Award Notice
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide refurbishment services for 19 Puma DARTs and to design and produce two Puma Ground Systems for the 437th Operations Group at Joint Base Charleston, South Carolina. The refurbishment will include the construction of Puma DART kits designed to house Harris AN/PRC-158 SOLL-II ground communications kits, which are critical for enhancing ground communication capabilities. Interested parties can reach out to SSgt Nicholas Riccio at nicholas.riccio@us.af.mil or by phone at 843-963-4551, or contact Matthew Michel at matthew.michel@us.af.mil or (843) 963-5157 for further details regarding this opportunity.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.