The U.S. Air Force is issuing a pre-solicitation notice (FA481426Q0002) for KC-135 Aircraft Wash Services at MacDill Air Force Base. This requirement is for non-personal services, including all personnel, equipment, and supervision necessary for aircraft wash and corrosion control. The five-year ordering period is from March 26, 2026, to March 25, 2031, with a six-month option. This procurement is a small business set-aside under NAICS code 488190, with a $40M size standard. The solicitation is expected to be issued on December 17, 2025, and close on January 15, 2026. All procurement documents and revisions will be available exclusively on SAM.gov. Offerors must be registered in the SAM database to be eligible for award. Questions should be directed to Contracting Specialist Owen Harris and Contracting Officer Melissa Biggar.
The Performance Work Statement (PWS) outlines requirements for KC-135 aircraft wash services at MacDill AFB, effective December 3, 2025. The contractor must provide all personnel, equipment, and supplies for corrosion prevention, exterior and interior washing, and lubrication of KC-135 and transient KC-135/46 aircraft. Services must adhere to Department of Air Force Instructions (DAFI) and Technical Orders (T.O.s), with an estimated volume of 1-6 washes weekly, up to 30 per month. The PWS details specific tasks, including managing contract services, pre-wash inspections, post-wash configurations, and hangar cleaning. It also covers performance objectives and thresholds, government-furnished property, safety, environmental compliance, and personnel qualifications (e.g., Aircraft QC Inspector, Aircraft Mechanic II, Aircraft Washer/Worker). The contractor is responsible for mishap prevention, tool control, FOD prevention, and timely reporting. Mission-essential services are required to continue during crises.
This government file, SAPR# FA481426Q0002, outlines the instructions for offerors and the basis of award for a competitive simplified acquisition. Proposals must comply with the SAPR's terms, conditions, and Performance Work Statement, with non-conformance potentially leading to rejection. Offerors must identify any exceptions and provide supporting rationale. Proposals should be clear, concise, and provide sufficient detail for evaluation, avoiding mere rephrasing of government requirements. Submissions must be electronic in specified formats, with separate volumes for the cover letter, technical approach, and price. The technical proposal requires a comprehensive transition plan, a detailed staffing plan, and documented technical experience related to washing large military aircraft. The basis of award prioritizes best value to the Government, with technical approach being more important than price. Price proposals will be evaluated for completeness, reasonableness, and balanced pricing, with unbalanced offers risking rejection. The Government reserves the right to make an award based on initial submissions or conduct interchanges if necessary. Past performance, while not an evaluation factor, will be used for responsibility determinations.
This government file is a wage determination under the Service Contract Act for Florida, specifically Hernando, Hillsborough, Pasco, and Pinellas counties, effective December 3, 2025 (Revision 28). It outlines minimum hourly wage rates for numerous occupations across various categories, including administrative support, automotive service, food preparation, health, information technology, and mechanics. The determination also specifies fringe benefits such as health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-3 weeks after 1-5 years), and eleven paid holidays. Special provisions address computer employees (potential exemptions), air traffic controllers and weather observers (night and Sunday pay), hazardous pay differentials (4-8% for ordnance work), and uniform allowances ($3.35/week for cleaning). The document details a conformance process for unlisted occupations, emphasizing the use of the “Service Contract Act Directory of Occupations” to ensure appropriate classification and wage rates.
This government file, FA481426Q0002, outlines the clauses and provisions incorporated by reference and in full text for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Key areas include contracting officer's responsibilities, compensation of former DoD officials, whistleblower rights, prohibition on covered defense telecommunications equipment, and restrictions on business operations with certain foreign entities (e.g., Maduro Regime, Xinjiang Uyghur Autonomous Region, Russian Fossil Fuel). It also details requirements for item unique identification and valuation, electronic submission of payment requests via Wide Area WorkFlow (WAWF), annual representations and certifications for offerors (including small business program representations), and procedures for protests. The contract has an ordering period from March 26, 2026, through September 25, 2031, with specified minimum and maximum order limitations. The document emphasizes compliance with various federal acquisition regulations and defense federal acquisition regulation supplements.
The memorandum from the 6th Maintenance Group (MXG) to the 6th Contracting Squadron (CONS/PKA) identifies mission-essential contractor services for the Aircraft Wash contract during crises declared by the National Command Authority (NCA) or Overseas Combatant Command. These services, outlined in PWS paragraph 4.28, may require extended performance up to 24 hours a day. The Contracting Officer will determine any increase or reduction in support and will negotiate and price separately any changes in service. Such changes will be communicated to the contractor's Program Manager, VP of Operations, or Director of Contracts. The document emphasizes the critical nature of these services, aligning with DFARS 237.7602, and provides contact information for questions.
The 6th Contracting Squadron/PKA at MacDill AFB issued a Simplified Acquisition Proposal Request (SAPR), FA481426Q0002, for Aircraft Wash Services. This SAPR is a 100% small business set-aside for a single, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, with award based on a cost/price and non-cost factor tradeoff. Contractors must address potential Organizational Conflicts of Interest (OCI) and comply with Wage Determination WD # 2015-4571, Rev. 28. Proposals require a cover letter with at least a 90-day acceptance period. Questions are due by January 5, 2026, 10:00 AM EST, and proposals are due by January 15, 2026, 10:00 AM EST, submitted electronically to Amn Owen Harris and Mrs. Melissa Biggar. Late proposals will not be accepted. The government reserves the right not to award a contract.
The pre-solicitation notice FA481426Q0002 announces a requirement for KC-135 Aircraft Wash Services at MacDill Air Force Base. This small business set-aside procurement seeks non-personal services for aircraft washing and corrosion control, including all necessary personnel, equipment, and supervision. The five-year ordering period is from March 26, 2026, to March 25, 2031, with a six-month option. The NAICS code is 488190 with a small business size standard of $40M. The solicitation is anticipated to be issued on January 6, 2026, and close on January 27, 2026, with all documents and revisions available on SAM.gov. Offerors must be registered in the System for Award Management (SAM) database to be eligible for award. Questions should be directed to Owen Harris and Melissa Biggar.