Aircraft Wash Services
ID: FA481426Q0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

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 soliciting proposals for Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. The contract, designated as a Simplified Acquisition Proposal Request (SAPR) FA481426Q0002, is a total small business set-aside for a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide all personnel, equipment, and supplies necessary for the washing and maintenance of KC-135 aircraft. This service is critical for corrosion prevention and overall aircraft upkeep, with an estimated frequency of 1-6 washes weekly, and must comply with specific Department of Air Force guidelines. Proposals are due by January 15, 2026, with questions accepted until January 5, 2026; interested parties should contact Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Aircraft Wash Services
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Laundry and Dry-Cleaning Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Laundry and Dry-Cleaning Services at Al Udeid Air Base in Qatar. The procurement encompasses a Firm-Fixed Price Contract for general, medical, and petroleum-soiled laundry services, requiring 24/7 operations and adherence to strict sanitary protocols, with a capacity to process up to 900,000 articles monthly. This contract is critical for maintaining operational readiness and hygiene standards at the base, with proposals due by January 20, 2026, at 4:00 PM EST. Interested contractors should contact SrA Dominique Henry at dominique.henry.1@us.af.mil for inquiries and ensure compliance with all outlined requirements in the solicitation documents.
    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.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary to clean over one million square feet of administrative office space, utilizing methods such as hot water extraction, vacuuming with HEPA filtration, and spot cleaning, while adhering to environmental standards set by Green Seal, UL EcoLogo, or EPA Safer Choice. This procurement is a total small business set-aside, with offers due by January 5, 2026, at 1:00 PM ET, and will be evaluated based on the lowest evaluated price among technically acceptable quotes. Interested parties can contact Clarissa Baker at clarissa.baker@us.af.mil or Kristin Morrison at kristin.morrison.1@us.af.mil for further information.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    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.
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. This contract, valued at approximately $12.5 million, encompasses a range of non-personal services including semi-annual maintenance, hydro-static testing, parts replacement, and emergency services, with a performance period from March 2026 to September 2030. The procurement is a total small business set-aside, and the award will be determined using the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested parties must submit their proposals by January 12, 2026, and are encouraged to attend a site visit on January 6, 2026, with prior registration required. For further inquiries, contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.