ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

355 LRS Wash Rack Preventative Maintenance and Inspections

DEPT OF DEFENSE FA487726QA054
Response Deadline
May 14, 2026
15 days left
Days Remaining
15
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Air Force at Davis-Monthan Air Force Base is seeking a total small-business set-aside quote for LRS wash rack preventative maintenance and inspections. The work covers recurring servicing, inspections, maintenance, and repairs for the 355th LRS vehicle washrack, with the contractor providing the tools, equipment, materials, and personnel needed for tasks such as system inspections, leak repairs, hose maintenance, PLC adjustments, performance analysis, and training. The requirement is for a single firm-fixed-price IDIQ contract with a five-year ordering period, and award is based on lowest price technically acceptable, with the technical volume expected to demonstrate corporate experience in wash rack maintenance. A site visit is scheduled for May 4, 2026, questions are due May 6, 2026, and quotes are due May 15, 2026; offerors must also be registered in SAM.

Classification Codes

NAICS Code
811310
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC Code
J035
MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT

Solicitation Documents

6 Files
COMBO - 26QA054 - LRS Wash Rack CO.pdf
PDF221 KBApr 15, 2026
AI Summary
The US Air Force (USAF) at Davis-Monthan Air Force Base has issued Solicitation FA487726QA054, a Request for Quote (RFQ) for LRS Wash Rack Preventative Maintenance and Inspections. This is a total small business set-aside with NAICS code 811310 ($12.5M standard). The USAF intends to award a single firm fixed-priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a 5-year ordering period from June 1, 2026, to May 30, 2031. Award will be based on the Lowest Price Technically Acceptable (LPTA) offer. Key dates include a site visit on May 4, 2026, questions due by May 6, 2026, and quotes due by May 15, 2026. Offerors must be registered in SAM and submit technical and price volumes, with the technical volume demonstrating corporate experience in wash rack maintenance.
Performance Work Statement- 26QA054.pdf
PDF163 KBApr 15, 2026
AI Summary
This document outlines the requirements for Vehicle Washrack Maintenance and Repair Services for the 355th LRS, Davis-Monthan AFB (DMAFB), AZ. The contractor will provide all necessary tools, equipment, materials, and personnel for reoccurring servicing, inspections, maintenance, and repairs. Key services include system inspection, leak repairs, hose maintenance, oil changes, PLC system adjustments, performance analysis, and training. The contractor must respond to routine service calls within 30 business days and emergency calls within 72 hours. All repairs outside the scope of preventative maintenance require government approval and a written quote. The contractor must develop a maintenance schedule, provide a 1-year warranty on parts and labor, and ensure qualified technicians use genuine replacement parts. Compliance with safety regulations, proper hazardous material handling, and security protocols are mandatory. The government will provide water, electricity, emergency services, and hazardous waste disposal, while the contractor is responsible for all other necessary resources and reporting.
Total Evaluated Price Matrix_FA487726QA054.xlsx
Excel26 KBApr 15, 2026
AI Summary
The document, "Attachment 2 - Total Evaluation Price (TEP) Matrix," is a pricing template for the FA487726Q0016 solicitation, likely related to government RFPs. It provides instructions for offerors to accurately submit their Total Evaluated Price for "LRS Wash Rack Maintenance and Inspection." The matrix requires companies to fill in yellow cells with rounded prices for CLIN 0001 (LRS Monthly Inspection and Maintenance) and CLIN 0002 (Repair Labor and Parts) across multiple years, from June 2026 to May 2031. It emphasizes the offeror's responsibility for accuracy and states that the TEP must be included in the price volume of the quote. The document outlines the Unit of Measure and Quantity for each CLIN, differentiating between fixed-price and cost-reimbursable items.
Provisions and Clauses 26QA054.pdf
PDF219 KBApr 15, 2026
AI Summary
This government file (FA487726QA054) outlines numerous clauses and instructions for federal contracts, particularly for the Department of Defense and Air Force. Key provisions cover restrictions on covered defense telecommunications equipment and services, detailed Wide Area WorkFlow (WAWF) payment instructions for electronic invoicing, and guidelines for ordering supplies and services under indefinite-quantity contracts, including minimum and maximum order limitations. The document also addresses contractor conduct on government installations, such as health and safety requirements, access procedures, and the prohibition of Class I Ozone Depleting Substances. An ombudsman is appointed to resolve concerns, though not to bind the agency or interfere with formal processes. The file integrates various FAR and DFARS clauses, with several deviations, to ensure compliance, efficient operations, and ethical conduct in government contracting.
Wage Determination.pdf
PDF336 KBApr 15, 2026
AI Summary
No AI summary available for this file.
Contractor Environmental Guide 01 Oct 21.pdf
PDF2071 KBApr 15, 2026
AI Summary
The “Contractor Environmental Guide” outlines mandatory environmental regulations and requirements for contractors working on Davis-Monthan Air Force Base (AFB). The guide, issued by the 355th Civil Engineer Squadron, ensures compliance with federal, state, and local environmental laws, as well as the base's ISO 14001 Environmental Management System (EMS). Key obligations include managing hazardous materials, protecting native plants and wildlife, controlling dust, and proper waste disposal. Contractors must complete EMS Awareness training, submit a 'Most Significant Aspects Awareness Form' (Appendix F), and adhere to specific procedures for various activities, including hazardous material review, asbestos and lead-based paint determination, and construction and demolition debris diversion. The document details requirements before, during, and after construction, with appendices providing guidance on specific environmental aspects and emergency contacts. Adherence is critical for environmental protection and mission enablement.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 15, 2026
deadlineResponse DeadlineMay 14, 2026
expiryArchive DateMay 29, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4877 355 CONS PK

Point of Contact

Name
Corey Fish

Place of Performance

Tucson, Arizona, UNITED STATES

Official Sources