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
    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
    Tran Tran, PCO
    Tran.Tran.1@us.af.mil
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    Synopsis - Aircraft Wash
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive aircraft washing and corrosion control services, including all necessary personnel, equipment, and supervision, over a five-year ordering period from March 26, 2026, to March 25, 2031, with a potential six-month extension. The services are critical for maintaining the operational readiness and longevity of aircraft, particularly the KC-135, and the solicitation is expected to be issued on January 6, 2026, with a closing date of January 27, 2026. Interested parties must be registered in the System for Award Management (SAM) database and can direct inquiries to Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    49--PURIFIER,CENTRIFUGA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of three units of the Purifier, Centrifuga (NSN 4930015725645). This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 333914, which pertains to Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The goods are essential for maintenance and repair operations, highlighting their importance in supporting military logistics and readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for delivery is set for 167 days after award, with the solicitation available online for review.
    49--CLEANER,ULTRASONIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of ultrasonic cleaners, specifically NSN 4940013029065, with a total quantity of six units required for delivery to DLA Distribution. This procurement is part of a total small business set-aside initiative, emphasizing the importance of supporting small businesses in the commercial and service industry machinery manufacturing sector. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes by the specified deadline, with inquiries directed to the buyer via email at DibbsBSM@dla.mil.