Solvent Spray Gun Cleaning Station
ID: FA4419-25-Q-0026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

MISCELLANEOUS MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4940)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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. This acquisition aims to obtain a cleaning workstation that meets specific technical specifications outlined in the solicitation, with a preference for the BECCA Model S800A or equivalent products. The cleaning station is crucial for maintaining operational efficiency in military maintenance by ensuring proper cleaning of paint guns used in various applications. Interested small businesses must submit their quotes by May 5, 2025, and are encouraged to direct any inquiries to Desmond Davis at desmond.davis.10@us.af.mil or Kacie Halpain at kacie.halpain@us.af.mil, ensuring they are registered in the System for Award Management (SAM) prior to submission.

    Files
    Title
    Posted
    The document FA441925Q0026 outlines the provisions and clauses related to federal requests for proposals (RFPs) and contracts, particularly focusing on the military procurement process. It includes clauses governing various aspects of contract execution, such as compensation for former DoD officials, whistleblower rights, acquisition restrictions on telecommunications equipment, the requirement for item unique identification, and payment submission processes. Key clauses include those on compliance with the Buy American Act, prohibitions related to the Maduro regime and Xinjiang Uyghur Autonomous Region, and electronic payment instructions through the Wide Area WorkFlow (WAWF) system. The document emphasizes the importance of contractor transparency, support for small businesses, and adherence to regulations regarding child labor and foreign operations. It serves as a comprehensive guide for contractors to meet federal standards in bidding and executing government contracts, ultimately ensuring accountability and compliance in defense procurement activities.
    The document serves as an addendum to the Request for Proposals (RFP) FA441925Q0026, providing instructions to offerors regarding the submission of technical capabilities and pricing information for a specific procurement. Offerors are required to review Attachment 4 and submit their product's technical specifications along with a price submission, which must be completed using page 3 of the provided Combo form. The price information is to be sent electronically to designated email addresses. Pricing must reflect the items listed in the Contract Line Item Numbers (CLIN), and the Small Business Administration's System for Award Management (SAM) must indicate NAICS Code 333310. This addendum outlines the procedural expectations for bid submissions, emphasizing the importance of compliance with submission guidelines and accurate pricing to facilitate the evaluation process.
    The government solicitation FA441925Q0026 outlines the evaluation criteria for award contracts involving commercial products and services. The primary goal is to select the most advantageous offer for the government, considering price and technical acceptability. Evaluation will focus on two main factors: 1. **Price** - The total evaluated price will be calculated based on CLIN 0001, with offers ranked from lowest to highest. The three lowest offers will then be assessed for technical acceptability. The contracting officer must ensure that the price is fair and reasonable before awarding the contract. 2. **Technical Acceptability** - Proposals will be evaluated to confirm they meet the stated specifications, with ratings of "acceptable" or "unacceptable." Only the three lowest-priced quotes will be reviewed for this criterion, with evaluations continuing until at least two acceptable proposals are identified. The document emphasizes adherence to solicitation requirements and notes that failure to meet these may result in disqualification of a quote. Overall, it serves to delineate a clear and structured approach to selecting vendors in government procurement processes, ensuring both cost-effectiveness and compliance with technical standards.
    The 97th Maintenance Division requests the procurement of a Solvent Automatic/Manual deluxe workstation for cleaning paint guns. The workstation must include a variety of specific components, such as a 10-gallon clean solvent tank, a used solvent tank, an exhaust kit for 300 series gun cleaners, and various transfer kits. Key features include a stainless steel basin with specific dimensions, a dual cartridge filtration recycling system, and compatibility with 220 Volt 60 Hz 1 phase electrical service. The memorandum invites any inquiries regarding the requirements to A1C Desmond Davis, providing contact details for further communication. This document forms part of the federal RFP process aimed at fulfilling maintenance and operational needs within the military framework.
    The 97th Maintenance Division outlines a requirement for the procurement of a Solvent Automatic/Manual deluxe workstation designed for cleaning paint guns post-use. The workstation must include various components, such as a 10-gallon clean solvent tank, a used solvent tank, an exhaust kit, power clean kits for multiple spray guns, a solvent pre-rinse system, and a dual cartridge filtration recycling system, among others. Additionally, all equipment must operate on a 220 Volt, 60 Hz, single-phase electrical supply. For any inquiries related to this memorandum, the designated contact is provided via telephone and email. This request aligns with federal procurement practices aimed at maintaining operational efficiency within the military maintenance sector.
    The document is a combined synopsis/solicitation for the procurement of a Solvent Spray Gun Cleaning Station by the 97th Maintenance Division of the U.S. Air Force. Cited as Solicitation Number FA4419-25-Q-0026, this 100% small business set-aside requires submissions for a specific brand—the BECCA Model S800A—or products that meet specified salient characteristics. Key details include adherence to the Federal Acquisition Regulation (FAR) provisions, a delivery point at Altus Air Force Base in Oklahoma, and specific timelines for questions (April 22, 2025) and offers (April 29, 2025). Attachments include provisions, clauses, instructions to offerors, evaluation factors, and a pricing schedule. Vendors must ensure their SAM.gov registration is current to qualify. The pricing schedule requires vendors to provide their total price for the requested cleaning station and confirm their business size and authority for submission. Overall, this solicitation reflects the structured approach of government procurement, aiming to meet maintenance needs while fostering small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Wet Blast Cabinet
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Wet Blast Cabinet, which is essential for cleaning and preparing surfaces. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423510, which pertains to Metal Service Centers and Other Metal Merchant Wholesalers. The Wet Blast Cabinet is a critical piece of metal finishing equipment, classified under PSC code 3426, that plays a vital role in surface preparation processes. Interested vendors can reach out to Johnny Stewart at 571-588-0971 or via email at johnny.stewart2.civ@army.mil for further details regarding the solicitation.
    Solicitation - Paint Booth Cover and Filter Removal and Replacement
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting services for the removal and replacement of the outer cover and inlet filters on a retractable/expandable paint booth. The primary objective is to restore the operational status of the paint booth by replacing deteriorated components, including filters for the shot peening machine, using specified materials that comply with safety standards. This procurement is categorized as a Small Business Set Aside under NAICS code 811310, emphasizing the importance of air filtration solutions in maintaining operational efficiency. Interested vendors must submit their quotes by 12:00 PM EST on December 19, 2025, and direct any inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil, with a copy to Jeremy Weible at jeremy.r.weible.civ@us.navy.mil.
    Small Composite Cleanroom Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the modification of a Small Composite Cleanroom at Tinker Air Force Base in Oklahoma. The project involves furnishing and installing an Environmental Control Air Handling Unit, along with various associated systems such as overhead ducted systems, vacuum ports, and a drainless eye wash station, all designed to enhance the cleanroom's operational capabilities. This procurement is critical for maintaining the integrity of sensitive operations within the cleanroom environment. Interested contractors must be registered in the System for Award Management (SAM) and comply with NIST SP 800-171 DoD Assessment requirements. The contract will be a firm-fixed price, with a total small business set-aside, and further details can be obtained by contacting Tran Tran at Tran.Tran.1@us.af.mil.
    10--ROD SECTION,CLEANIN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 989 units of the ROD SECTION, CLEANIN, identified by NSN 1005011197867. This solicitation is part of a total small business set-aside and aims to fulfill the needs for small arms, ordnance, and ordnance accessories manufacturing, which are critical for military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery is set for 168 days after the award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil or access additional information through the DLA's solicitation portal.
    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.
    Solvent Tank Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide maintenance services for solvent tanks. This procurement aims to ensure the proper upkeep and functionality of solvent tanks, which are critical for various military operations and maintenance activities. The opportunity is currently in the amendment phase, with Amendment 0002 issued to address vendor inquiries regarding the contract. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further information.
    29--SPRAY TIP,NOZZLE,NO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of spray tips and nozzles, specifically NSN 2910001198494, with a total quantity of 552 units required for delivery to DLA Distribution San Joaquin within 154 days after order. This procurement is critical for maintaining operational readiness and efficiency in various defense applications, as these components are essential engine accessories. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. This opportunity is set aside for small businesses under the SBA guidelines, and the solicitation can be accessed through the DLA's DIBBS website.
    GOO GONE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of "GOO GONE," a product categorized under the NAICS code 333998 for miscellaneous general-purpose machinery manufacturing. The procurement requires compliance with various military standards for manufacturing, marking, and quality assurance, emphasizing the importance of shelf-life management, with a minimum of 85% shelf-life remaining upon receipt. Interested contractors should note that this opportunity is set aside for small businesses, and they can reach out to Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details. The contract will be awarded based on adherence to specified requirements and quality standards, with a focus on timely delivery and compliance with military specifications.
    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.
    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.