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
    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
    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.
    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.
    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
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.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.
    Dome Maintenance Minot AFB
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron at Minot Air Force Base (AFB), is soliciting proposals for preventative maintenance and repair services for the Air-Supported Dome, also known as "The Dome." The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, transportation, and supervision to ensure the operational integrity of critical systems, including inflation, generators, HVAC, and lighting, as outlined in the attached performance work statement. This contract is set aside for 100% small business concerns under NAICS code 811310, with a firm-fixed-price award anticipated for a performance period from January 31, 2026, to January 30, 2032. Interested parties must submit their quotes by January 5, 2026, and are encouraged to contact SrA Francesco Haydo at francesco.haydo@us.af.mil or 701-723-2892 for further information.
    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.
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    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.
    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.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    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.
    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.