57 MXG Paint Booth Maintenance
ID: F3G3AA4354AQ01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

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 proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance for the paint booths, ensuring they maintain a minimum operational rate of 96%. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, at 10:00 AM Pacific Time, and interested vendors should direct inquiries to Lisa Hallberg at lisa.hallberg.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for maintenance and repair of Corrosion/Low Observable (LO) paint booths and related systems at Nellis Air Force Base, Nevada. The contractor is responsible for providing all necessary personnel, materials, and services to ensure that the paint booths and associated equipment maintain a minimum operational rate of 96%. The scope includes preventive maintenance, unscheduled repairs, and emergency maintenance while adhering to strict safety and regulatory standards. Specific requirements include conducting inspections using a checklist based on manufacturers’ recommendations, responding to service requests within designated timeframes, and managing all maintenance data through comprehensive logs and reports. The contractor must develop an Operations and Maintenance (O&M) Plan and submit quarterly maintenance and repair logs to the government, ensuring transparency and compliance. Safety regulations and government protocols must be strictly followed, including proper disposal of materials and adherence to the Occupational Safety and Health Administration (OSHA) standards. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities.
    The document outlines a contract proposal for maintenance services for a paint booth under the 57th Maintenance Group (57 MXG). It details a multi-year maintenance schedule covering monthly labor and parts, emergency maintenance, and unscheduled labor, divided into four contract years from June 22, 2025, to June 21, 2030, with an optional six-month extension. The total proposed price for the full contract is $1,983,700, with delineated costs for each component of the maintenance services. The pricing reflects a Not-To-Exceed (NTE) structure for labor, ensuring all funding requirements are clear and binding for evaluation purposes. The proposal emphasizes the necessity for timely and efficient maintenance to uphold operational standards for the paint booth. Overall, this document serves as part of an RFP process, demonstrating the government's commitment to securing reliable service providers for maintenance tasks critical to equipment functionality and safety.
    The 99th Contracting Squadron (CONS) of the Air Force is soliciting proposals for Paint Booth Maintenance and Repair Services for the 57 Maintenance Group (MXG) at Nellis Air Force Base, Nevada. A significant part of the proposal evaluation involves assessing the offeror's past performance on similar contracts, relying on input from organizations with relevant experience. Offerors are required to send a Past Performance Questionnaire (PPQ) to a Contracting Officer Representative (COR) who will complete it and return it to the 99 CONS by April 30, 2025. The document includes detailed instructions for both offerors and CORs, emphasizing the importance of timely and complete responses to enable thorough evaluation. The PPQ consists of multiple sections designed to gather pertinent information about the contractor's performance, including technical execution, communication, and responsiveness to emergencies. Ratings range from "Exceptional" to "Unsatisfactory," providing a qualitative measure of the contractor's capabilities. This comprehensive assessment aims to ensure that selected offerors can effectively meet contract obligations, thereby enhancing the quality of services rendered to the Air Force.
    The document outlines a Request for Proposal (RFP) from the federal government for maintenance services at the 57 MXG Paint Booth facilities located at Nellis Air Force Base, Nevada. The solicitation number is F3G3AA4354AQ01, and it is declared a Total Small Business Set-Aside under NAICS code 811310. The contractor is expected to oversee and carry out preventive and ongoing maintenance from June 22, 2025, to June 21, 2030. Vendors must respond by April 30, 2025, with specific proposals addressing pricing for monthly maintenance and labor costs for emergency and unscheduled maintenance. A site visit is scheduled for April 15, 2025, where vendors must RSVP and provide identification details. Proposals will be evaluated based on three main factors: price, technical acceptability, and past performance— with priority given to the lowest-priced acceptable technical offer. The document specifies the necessary attachments, including a Price List and Past Performance Questionnaire, which must be included for the proposal to be considered. Overall, since this procurement is focused on maintenance support services within a federal setting, it emphasizes the importance of compliance with federal regulations and the criteria for award evaluation.
    This document addresses a government solicitation (F3G3AA4354AQ01) concerning the maintenance of four booths. The incumbent contractor is Inden Solutions Group, Inc., with a prior contract number FA486120P0116, the award amount of which can be verified through that contract. Currently, two on-call personnel service the booths from Monday to Friday. A site visit initially conducted on April 15, 2025, has concluded, and no further visits are scheduled or attendee lists provided. Interested vendors seeking updates regarding extensions or additional information surrounding this solicitation can access all relevant updates through SAM.GOV. This Q&A format clarifies existing queries about the ongoing solicitation process within the scope of federal government contracts and grant opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    Edwards AFB Fire Suppression Maintenance 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Facility Maintenance Contract IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Nicolet iS50 Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of the Nicolet iS50 laboratory analytical instrument located at Hill Air Force Base, Utah. This procurement involves a full-service maintenance and support plan, which is designated as a single-source acquisition to Thermo Electron North America LLC, the sole manufacturer and service provider for this equipment. The contract will cover a base year and four one-year options, with a performance period from February 6, 2026, to February 5, 2031, and requires compliance with various federal regulations, including labor standards and cybersecurity measures. Interested parties must submit their offers by 1500 MT on December 15, 2025, via email to the primary contact, Nichole Saucedo, at nichole.saucedo@us.af.mil.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.