KC46 Floor Scrubber
ID: FA812525Q0050Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT (7910)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of a KC46 Floor Scrubber, with a focus on acquiring a Tennant T20 LPG Disk Scrubber or an equivalent Commercial Off-The-Shelf (COTS) item. The requirements include specific operational capabilities, such as a minimum operational time of 6 hours, a solution tank capacity of at least 50 gallons, and accessible controls from the operator's seat, ensuring the equipment meets the operational needs at Tinker Air Force Base in Oklahoma. This procurement underscores the Air Force's commitment to maintaining facility cleanliness and operational efficiency while promoting participation from small businesses, particularly Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers by April 14, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 6:06 PM UTC
The memorandum from the Headquarters Air Force Sustainment Center details a request by the 568th AMXG for funding to acquire one propane-powered Tennant T20 LPG Disk Scrubber or an equivalent commercial off-the-shelf (COTS) product. The specifications include a changeable LPG tank, a continuous operating capability of at least six hours, and a cleaning path width of no less than thirty-six inches. Additional requirements involve specific weight limits, tank capacities for solutions and recovery, adjustability for brush down pressure, and operational controls accessible from the driver's seat. It emphasizes the need for safety features like an emergency stop switch and operational manuals. The document is fundamentally a formal Request for Proposal (RFP) aimed at procurement, outlining technical requirements necessary for the intended equipment to ensure efficient cleaning operations at the Air Force base.
Apr 7, 2025, 4:05 PM UTC
The Headquarters Air Force Sustainment Center at Tinker Air Force Base is requesting funding for the procurement of a specific cleaning machine, the Tennant T20 LPG Disk Scrubber or an equivalent Commercial Off-The-Shelf (COTS) item. The 568th AMXG outlines essential requirements for the machine, including the need for a changeable LPG tank, a minimum operational time of 6 hours, and dimensions suitable for specific environments. The scrubber must also feature accessible controls from the operator's seat and indicators for both recovery and solution tank levels. Additional specifications include a requirement for a solution tank capacity of at least 50 gallons and a recovery tank that holds at least 10 gallons more. The request emphasizes the importance of detailed operational and maintenance manuals accompanying the equipment. This memorandum reflects the Air Force’s ongoing efforts to ensure operational efficiency while adhering to specific technological and logistical needs within their cleaning equipment. It serves as part of the larger context of government RFPs, facilitating the acquisition of appropriate tools to maintain facilities.
Apr 7, 2025, 4:05 PM UTC
The document outlines a set of questions and answers related to the Request for Proposal (RFP) FA8125-25-Q-0050 issued by the Air Force Sustainment Center for the procurement of a new floor scrubber for Tinker Air Force Base in Oklahoma. It specifies that only new floor scrubbers are acceptable, with no provision for refurbished models. The requirement states that delivery will be the sole responsibility of the contractor, without assistance needed for setup. An amendment to the solicitation clarifies that a minimum aisle turn radius of 110 inches is acceptable. This document serves to clarify procurement requirements, ensuring potential contractors understand the specifications and conditions necessary for their bids, reinforcing compliance with the Air Force’s operational standards. The targeted communication is crucial in the competitive bidding process, aligning with government procurement protocols to enhance equipment maintenance capabilities at the airbase.
Apr 7, 2025, 4:05 PM UTC
The document outlines a solicitation for services related to the procurement of a KC46 Floor Scrubber by a Women-Owned Small Business (WOSB). It encompasses essential data including requisition numbers, contract details, and bidding procedures. The solicitation details the delivery requirements to Tinker Air Force Base, emphasizes unique identification for items worth over $5,000, and includes clauses on governmental compliance regarding veteran and economically disadvantaged women-owned business participation. Key elements involve contract administration, invoicing procedures through the Wide Area Workflow (WAWF), and mandates compliance with various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. It also stipulates pricing arrangements and provides guidelines for delivery, including contractor identification requirements at the base. Overall, this engagement demonstrates the federal government’s commitment to utilizing small businesses while ensuring legal and operational compliance throughout the procurement process.
Apr 7, 2025, 4:05 PM UTC
The document outlines an amendment to a solicitation regarding a contract modification for the U.S. Air Force, specifically related to the acquisition of a floor scrubber (FA812525Q0050). It extends the deadline for offer submissions while maintaining the original closing date/time. The amendment requires vendors to acknowledge receipt of the updated solicitation via specified methods to avoid rejection of their offers. Additional information includes the incorporation of Q&As into the amendment and the assurance that all previously stated terms and conditions remain unchanged. The document emphasizes compliance with federal acquisition regulations, ensuring contractual modifications reflect necessary administrative changes. Overall, it highlights the systematic approach taken by the Air Force in managing procurement and contract modifications while engaging potential contractors effectively.
Apr 7, 2025, 4:05 PM UTC
This document serves as an amendment to a federal solicitation, specifically updating terms and extending the deadline for offers regarding the KC46 Floor Scrubber procurement. The primary changes include an extension of the response due date from April 10, 2025, to April 14, 2025, and the addition of a revised Item Description for the equipment. Notably, the document reiterates the importance of acknowledging receipt of the amendment to prevent offer rejection. All terms and conditions outside of the specified amendments remain unchanged. This amendment reflects typical procedures followed in federal RFPs to maintain compliance and ensure clarity in the procurement process. It emphasizes the need for contractors to adhere to new submission guidelines and modifications effectively communicated through official channels. Overall, it underscores the government's ongoing commitment to structured and transparent procurement practices.
Lifecycle
Title
Type
KC46 Floor Scrubber
Currently viewing
Solicitation
Similar Opportunities
KC-135 Maintenance Platform Systems
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. This initiative aims to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized work stands, including cargo door stands, aileron stands, and beavertail stands, all designed to meet stringent safety and operational standards. The procurement is set aside for small businesses, with a Firm Fixed Price contract anticipated, and proposals must be submitted by April 30, 2025, with evaluations based on technical acceptability and lowest total evaluated price. Interested parties can reach out to Cory Rainey-Hedrick or Marc J. Kreienbrink via email for further information.
AFE Central Vacuum
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a central vacuum system to be integrated into the AFE/SERE facility at Offutt Air Force Base in Nebraska. The procurement includes essential components such as a vacuum unit, electrical control panel, tube manifold system, and hose kits, designed to efficiently manage fine particulate dust across multiple workstations. This system is crucial for maintaining operational readiness and ensuring a safe working environment within the military framework. Interested small businesses, particularly those that are women-owned, must submit their proposals by April 30, 2025, and can direct inquiries to primary contact Janiya Brown at janiya.brown.1@us.af.mil or secondary contact Brian Bilello at brian.bilello@us.af.mil.
Closed-Loop Wash Rack System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Closed-Loop Wash Rack System to support the 20th Special Operations Aircraft Maintenance Squadron at Cannon AFB, New Mexico. This system is essential for the maintenance of Aerospace Ground Equipment (AGE) used for various aircraft, including the AC-130J, MC-130J, CV-22, U-28, and MQ-9, ensuring efficient and environmentally friendly cleaning processes that enhance equipment longevity and operational readiness. Interested vendors should note that this opportunity is set aside for small businesses, and inquiries can be directed to Ana Katrina Dela Cruz at anakatrina.delacruz.1@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil, with a focus on providing a system that meets specific technical specifications outlined in the procurement notice.
Solvent Spray Gun Cleaning Station
Buyer not available
The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base in Oklahoma, is seeking quotes for the procurement of a Solvent Spray Gun Cleaning Station. The requirement includes a brand name or equal product, with the preferred model being the "BECCA Model S800A," and specifications detailed in Attachment 4. This equipment is crucial for maintaining operational efficiency in cleaning paint guns, ensuring compliance with military maintenance standards. Interested small businesses must submit their quotes by April 29, 2025, and are encouraged to direct any inquiries to A1C Desmond Davis at desmond.davis.10@us.af.mil or Kacie Halpain at kacie.halpain@us.af.mil, with all submissions requiring current registration in the System for Award Management (SAM) under NAICS code 333310.
KC-46 Commercial Common Repairable Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses from qualified contractors for the KC-46 Commercial Common Repairable Support initiative. This procurement aims to establish a multiple-award contract for depot-level repairable (DLR) parts for the KC-46A Pegasus Aircraft, ensuring timely exchanges of non-serviceable assets for serviceable ones, with a required turnaround time of 30 days or 2 days for grounded aircraft. The initiative is critical for maintaining the operational readiness of the KC-46, which plays a vital role in aerial refueling operations for U.S. and allied military aircraft. Interested vendors must submit their responses by May 2, 2025, and can direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil.
Clean Diesel Fuel Tank
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the cleaning of a 10,000-gallon diesel fuel tank at Holloman Air Force Base in New Mexico. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to ensure the proper cleaning of the tank and its associated piping, adhering to environmental and regulatory standards for waste disposal. This one-time service is critical for maintaining facility safety and compliance, with a total contract value estimated at approximately $47 million. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit questions by May 1, 2025, and are encouraged to attend a site visit on April 30, 2025, at 10:00 AM. For further inquiries, contact Leonardo Dominguez at leonado.dominguez.1@us.af.mil or Barron Kartchner Ramos at barron.kartchnerramos@us.af.mil.
99 CES Sewer Truck Rental
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the rental of a sewer truck at Nellis Air Force Base (AFB) under solicitation number F3G3CE5044A001. The procurement requires a VACCON sewer truck or an equivalent model with specific capabilities, including a minimum of 1,500 gallons of freshwater capacity and a 2,500-gallon debris tank, to be provided for a period of 60 calendar days. This rental service is crucial for maintaining operational efficiency at the base, and the selected contractor will be responsible for delivery, pickup, and exterior cleaning of the equipment. Proposals are due by May 2, 2025, and must be submitted electronically to the designated contacts, 1st Lt Vincent McDonough and SMSgt Kelli Floyd, with all submissions adhering to the guidelines outlined in the solicitation.
Tank T1617 Repair and Tank 3535 Examination
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is crucial for maintaining the operational readiness and safety of water storage facilities, with a contract value estimated between $250,000 and $500,000. Interested parties, particularly those certified as Women-Owned Small Businesses, must submit their electronic bids by May 28, 2025, with a site visit scheduled for April 22, 2025, and all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil.
Remanufacture of KC-135 Refueling and Submerged Pumps
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the remanufacture of KC-135 refueling and submerged pumps. The procurement involves a Firm Fixed Price Requirements type contract for multiple items, including a double-suction fuel transfer pump and additional components essential for fuel management in aircraft systems, with a total estimated quantity of 50 units per year for the primary item. These pumps play a critical role in ensuring the operational readiness and efficiency of the KC-135 aircraft, which is vital for aerial refueling missions. Interested parties should prepare to respond to the forthcoming solicitation, expected to be issued around May 11, 2025, and may direct inquiries to Amy Gil at amy.gil@us.af.mil or Dessie Breslin at dessie.breslin@us.af.mil for further information.
Repair of the KC-135 Multipoint Refueling System Fuel Pump
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for the repair of the KC-135 Multipoint Refueling System Fuel Pump, with a focus on part number 586-1-27863-002 and NSN 2915999095850FL, at Tinker Air Force Base in Oklahoma. The procurement aims to gather market research data to identify potential contractors capable of providing repair and remanufacture services, with an estimated annual requirement of 14 units over five years, plus possible extensions. This initiative is critical for maintaining operational readiness and ensuring the reliability of essential equipment used by the Air Force. Interested vendors are encouraged to register and submit their company information to the primary contact, 424th SCMS, at 424.SCMS.AFMC.RFI.Responses@us.af.mil, or reach out to Rachel Moehle at genny.moehle@us.af.mil for technical inquiries. This opportunity is part of a strategic planning effort and does not guarantee contract awards or funding availability.