ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Travis AFB, CA - 60 AES C-130 Paint and repair

DEPT OF DEFENSE FA442726Q1054
Response Deadline
May 20, 2026
12 days left
Days Remaining
12
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The 60th Contracting Squadron at Travis Air Force Base, under the Department of the Air Force, is seeking a total small business set-aside contract for painting and repair services for a C-130 trainer/Fuselage Trainer. The work covers repainting the exterior and replacing Delaware National Guard markings with 60th Aeromedical Evacuation Squadron markings, along with pre-paint repairs, washing, sanding, and pest-prevention measures. The contractor must comply with environmental and base security requirements, provide its own equipment, have at least 10 years of aircraft experience, and submit a portfolio of previous work; work is to start no later than 90 days after award, with a site visit scheduled within 45 days of award. A site visit is listed for Travis AFB, and proposals or quotes are to be emailed to both TSgt Hunter Losen and Juliet Diggs by the stated deadline, with questions also due by the amended cutoff time.

Classification Codes

NAICS Code
488190
Other Support Activities for Air Transportation
PSC Code
J015
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS

Solicitation Documents

6 Files
Solicitation FA442726Q1054.pdf
PDF179 KBMay 8, 2026
AI Summary
The 60th Contracting Squadron issued an RFQ (FA442726Q1054) for painting and repair services for a C-130 Trainer at Travis AFB, CA. This project, a total small business set-aside, requires repainting the C-130 Fuselage Trainer (FUT) and replacing Delaware National Guard markings with those of the 60th Aeromedical Evacuation Squadron. The solicitation also covers pre-paint repairs and pest prevention. Offers are due by May 19, 2026, 12:00 PM PST, via email to Hunter Losen (hunter.losen@us.af.mil) and Juliet Diggs (juliet.diggs.1@us.af.mil). Questions must be submitted by May 7, 2026, 4:30 PM PST. Evaluation will consider both price and technical capability, aiming for the best value for the government. The anticipated award date is June 15, 2026.
Attachment 1 Provision and Clauses.pdf
PDF104 KBMay 8, 2026
AI Summary
This government file lists numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses applicable to government contracts, many of which are recent or updated for February 2026. Key areas covered include System for Award Management (SAM) registration and maintenance, electronic payments, small business set-asides, equal opportunity, combating human trafficking, sustainable products, and various security prohibitions. DFARS provisions introduce specific requirements for DoD contracts, such as NIST SP 800-171 assessments, cybersecurity maturity model certification, and restrictions related to foreign ownership, state sponsors of terrorism, and specific regions like Xinjiang Uyghur Autonomous Region. The document also details clauses on whistleblower rights, item unique identification, and subcontracts for commercial products and services. An Ombudsman contact for the Air Force Installation Contracting Center is also provided.
Attachment 2 Statement of Work C-130 Trainer Paint and Repair.pdf
PDF636 KBMay 8, 2026
AI Summary
This Statement of Work outlines the requirements for repainting the C-130 Fuselage Trainer (FuT) at Travis Air Force Base, California, for the 60th Aeromedical Evacuation Squadron. The project involves washing, sanding, repairing external damage, repainting the exterior with specific markings, and implementing measures to prevent animal intrusion. The contractor must have a minimum of 10 years of aircraft experience and provide a portfolio of previous work. All work must comply with environmental regulations, including proper disposal of hazardous waste and containment of wastewater. A site visit will be scheduled within 45 days of contract award, and work is to commence no later than 90 days after the contract is awarded. The government will not provide any equipment.
Attachment 3 Contractor Responsibility Verification.docx
Word27 KBMay 8, 2026
AI Summary
The document outlines the Federal Acquisition Regulation (FAR) requirements for contractor responsibility verification, specifically FAR 9.103 and 9.104. It states that contracts should only be awarded to responsible contractors after an affirmative determination, emphasizing non-responsibility if there's no clear indication. Prospective contractors must demonstrate adequate financial resources, ability to meet delivery schedules, a satisfactory performance record, integrity and business ethics, necessary organizational and technical skills, and appropriate production capabilities. The document details the specific evidence or confirmations required for each factor, such as financial statements, past performance records or capability statements, and certifications regarding business integrity and organizational structure. It also mentions exemptions for contractors with existing Government contract ratings (CPARS/SPRS).
Attachment 4 TAFB Security Requirements.docx
Word28 KBMay 8, 2026
AI Summary
The Travis Air Force Base (TAFB) Security Requirements document outlines stringent protocols for contractor access to the closed base, emphasizing identity proofing, vetting, and adherence to security regulations. Contractors must undergo NCIC and CLETS checks, or provide proof of a current government security clearance. The document details acceptable forms of identification, including specific requirements for REAL ID Act compliant driver's licenses. It specifies disqualifying criteria for base access, such as criminal convictions, terrorism links, and inability to verify identity. Primary contractors are responsible for ensuring their employees meet all requirements, coordinating with the 60th Contracting Squadron, and managing base passes. The document also covers procedures for obtaining and returning base passes, increased Force Protection Conditions, restricted area badges, escort requirements, and mandatory security training, including antiterrorism awareness and operations security. Compliance with these security measures is paramount for all contractors working on TAFB.
Attachment 5 Wage determination.pdf
PDF84 KBMay 8, 2026
AI Summary
This document, Wage Determination No.: 2015-5655, Revision No.: 25, dated 12/03/2025, from the U.S. Department of Labor, establishes prevailing wage rates and fringe benefits for service contract employees in Solano County, California. It details hourly rates for numerous occupations across various categories including administrative support, automotive, food service, health, information technology, and maintenance. The determination outlines required fringe benefits such as health and welfare contributions, vacation accrual based on years of service, and twelve paid holidays annually. It also includes specific footnotes regarding computer employees and air traffic controllers/weather observers, outlining exemptions and special pay conditions. Hazardous duty differentials for working with ordnance and uniform allowance guidelines are also provided. The document concludes with a conformance process for classifying unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act and Executive Orders 13706 and 13658 concerning paid sick leave and minimum wage for federal contractors.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineMay 20, 2026
expiryArchive DateJun 4, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4427 60 CONS LGC

Point of Contact

Name
TSgt Hunter Losen

Place of Performance

California, UNITED STATES

Official Sources