Annual Sunshades Maintenance
ID: FA481925Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4819 325 CONS PKPTYNDALL AFB, FL, 32403, 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
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Annual Sunshade Maintenance services at Tyndall Air Force Base (AFB) in Florida. The procurement aims to ensure the safety and reliability of six aircraft sunshades through routine inspections, preventive maintenance, and necessary repairs, as outlined in the Performance Work Statement (PWS). This maintenance is critical for maintaining operational readiness and compliance with environmental and safety regulations. Interested parties must submit their quotations by April 14, 2025, and direct any questions to A1C Sarah Marip at sarah.marip@us.af.mil or SSgt Thomas Prospere at thomas.prospere@us.af.mil by April 7, 2025. The contract is set aside for small businesses under NAICS code 811310, with a minimum wage requirement of $17.75 per hour as per the Wage Determination No. 2015-4559.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 5:09 PM UTC
The Performance Work Statement (PWS) outlines the requirements for maintaining the Tyndall Air Force Base's Big Top Aircraft Shelter. The primary objective is to ensure the safety and reliability of six aircraft sunshades through routine inspections, preventive maintenance, and repair of deficiencies. The contractor is responsible for documenting all maintenance activities, maintaining compliance with environmental and safety regulations, and coordinating with the government for work schedules. Specific tasks include checking the structure and fabric, assessing hazardous material management, and documenting findings in prescribed formats. The contractor must establish a Quality Control Plan (QCP) to ensure compliance with performance standards while conducting scheduled and unscheduled maintenance. It details safety protocols, security measures for personnel on-site, and the contractor's liability for environmental safety. Key performance metrics are set, emphasizing responsiveness to emergency requests and adherence to operational protocols. The government will provide limited resources, with contractors expected to supply necessary equipment and training for their employees. The success of this project hinges on effective maintenance management and adherence to regulatory standards, ensuring mission readiness at Tyndall AFB.
Apr 11, 2025, 5:09 PM UTC
The document outlines a combined synopsis and solicitation for the maintenance of the Big Top Aircraft Shelter at Tyndall Air Force Base (AFB), Florida. It serves as a Request for Quotation (RFQ) identified as FA481925Q0009 and is set as a small business set-aside under the NAICS code 811310, aimed at ensuring safe and reliable operations of the aircraft sunshades. The requirement includes annual preventative maintenance per a detailed Performance Work Statement (PWS). The contract spans a base year and four option years from October 2025 to October 2030, focusing on scheduled inspections and maintenance. Offerors need to submit two volumes: Volume 1 for pricing and Volume 2 for a technical approach, detailing their plan to meet the government's requirements while adhering to specified formatting rules. Offers are due by 14 April 2025. Evaluation criteria include price and technical approach, where the government seeks the best value rather than just the lowest cost. The document establishes parameters for the award process, emphasizing compliance with federal acquisition regulations, including registration in the System for Award Management (SAM). Overall, the initiative underscores the government's commitment to ensuring the sustained functionality of critical military infrastructure through competitive and transparent procurement practices.
Apr 11, 2025, 5:09 PM UTC
The document outlines Wage Determination No. 2015-4559 from the U.S. Department of Labor, which mandates wage and benefit requirements for contracts under the Service Contract Act within Florida’s Bay and Gulf Counties. It specifies that contracts awarded after January 30, 2022, require a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour. Various occupational classifications and their corresponding wage rates are detailed, including administrative, automotive, food service, health, and technical occupations. The document emphasizes fringe benefits, such as health and welfare provisions and vacation pay. Additionally, it outlines procedures for classifying new job roles and ensuring compliance with federal labor laws, including sick leave provisions established in Executive Order 13706. This wage determination highlights the government’s commitment to protecting workers' rights and ensuring fair compensation for services rendered on government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Heavy Weight Fairlead Beam Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of 40 Heavy Weight Fairlead Beam Assemblies to enhance aircraft arresting systems at Tyndall Air Force Base in Florida. The assemblies are critical components that direct the purchase tape path and are essential for the operational integrity of the Aircraft Arresting System (AAS). Interested contractors must comply with stringent technical specifications, including passing a First Article Test (FAT) unless previously qualified, and adhere to national standards for fabrication and delivery. Proposals are due by May 2, 2025, with inquiries directed to SSgt Benjamin Spear at benjamin.spear.1@us.af.mil or Matthew Lahr at matthew.lahr.3@us.af.mil, and the contract is set to be awarded based on both price and technical approach evaluations.
Renovate_Remodel Bldg 1265_OSI
Buyer not available
The Department of Defense, through the Department of the Air Force, is announcing a presolicitation for the renovation and addition of Building 1265 at Tyndall Air Force Base in Florida. The project, designated as XLWU 23-5013, aims to repurpose the existing facility and construct a new addition, with an estimated project magnitude between $5,000,000 and $10,000,000. This opportunity is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors can reach out to SrA Koby Trotter at koby.trotter@us.af.mil or by phone at 283-8631, or Bernard Husted at bernard.husted.2@us.af.mil for further details.
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
Hangar Door Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Hangar Door Maintenance Services at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement includes comprehensive maintenance tasks such as inspections, repairs, lubrication, and corrosion treatments, ensuring compliance with industry standards and safety regulations, including AFOSH and OSHA. This maintenance is crucial for operational readiness at the Air Force Base, with the contract period of performance set to commence on October 1, 2025, and the total award amount anticipated to be approximately $12.5 million. Interested parties can reach out to 2d Lt Hunter Bailey at hunter.bailey.5@us.af.mil or by phone at 919-722-8944 for further information.
Big Top Cover
Buyer not available
The Department of Defense, specifically the United States Air Force Test Center at Edwards AFB, California, intends to issue a sole source contract to Big Top Manufacturing for the provision of Sunshades designed to protect aircraft from harsh weather conditions. The procurement is justified under FAR 13.501(a) due to Big Top being the only vendor capable of meeting the specific size and installation requirements outlined in the Statement of Work, which includes the ability to withstand 110MPH winds and seismic loads while ensuring a uniform appearance in accordance with base design standards. The Sunshades are critical for maintaining aircraft in optimal conditions, thereby enhancing the efficiency of ground crew operations and reducing maintenance needs. Interested parties may submit capability statements or inquiries to the primary contact, Cinthia Arias, at cinthia.arias@us.af.mil, or the secondary contact, Eric Romero, at eric.romero.11@us.af.mil, within five calendar days of this notice.
57 MXG Paint Booth Maintenance
Buyer not available
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.
Eglin Operations and Maintenance Services (EOMS) II
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operations and maintenance services for the Eglin Test and Training Complex at Eglin Air Force Base, Florida. The contract encompasses a range of services including the maintenance of test and training areas, technical facilities, and engineering support for range system design and configuration, with a potential duration of ten years if all options are exercised. This procurement is critical for ensuring the operational readiness and effectiveness of military training and testing activities, with proposals due by 3:00 p.m. Central Time on May 13, 2025. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil.
AC-130 Aircraft Restoration Services
Buyer not available
The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking qualified small businesses to provide restoration services for AC-130U and AC-130H aircraft at Hurlburt Field, Florida. The primary objective of this Sources Sought Announcement is to gather information on potential contractors' capabilities related to aircraft restoration, including disassembly, corrosion treatment, sheet metal repair, and compliance with safety and environmental regulations. This initiative is crucial for preserving military history and ensuring adherence to quality management systems while maintaining regulatory compliance. Interested parties must submit their responses, limited to three pages, by April 28, 2025, and can direct inquiries to A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
Vertical Lifting Fabric Hangar Doors Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance and repair services of vertical lifting fabric hangar doors at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is a 100% Small Business set-aside, with the contract structured as a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, spanning an initial period from October 1, 2025, to September 30, 2026, with four additional one-year option periods. The services are critical for ensuring the operational integrity and safety of hangar facilities, adhering to stringent safety and performance standards outlined in the Performance Work Statement. Interested contractors must submit their proposals electronically by the specified deadline and can direct inquiries to Adam Donofrio or Ramnarine Mahadeo via email. The estimated contract value is approximately $12,500,000, and compliance with federal labor standards, including wage determinations, is mandatory.
505 CTS Bldg 90063 Mold Mitigation
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for mold mitigation services at Building 90063, Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, labor, tools, and supplies to safely remediate mold, ensuring compliance with applicable regulations and maintaining a safe environment for personnel. This project is critical for health and safety standards, as it involves addressing mold issues identified in a specific area of approximately 2,900 square feet, including the removal of contaminated materials and thorough cleaning procedures. Interested small businesses must submit their quotes by April 28, 2025, at 2:00 PM CDT, and can direct inquiries to Alyssa Garred at alyssa.garred@us.af.mil or A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil.