SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
ID: FA4497-26-R0001-ISOType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (J017)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for maintenance and movement of the Isochronal (ISO) Stand System at the 436th Maintenance Squadron (MXS), Dover Air Force Base (AFB). The contractor will provide all necessary management, tools, supplies, equipment, and labor for preventative maintenance, unscheduled repairs, and emergency services for the Kern Steel Fabrication, Inc. ISO Stand System. Services include semi-annual and annual inspections, special inspections, hydraulic unit testing, elevator certification, and conditional reporting. The PWS details procedures for unscheduled and emergency maintenance, including response times and penalties. Additionally, the contractor will assist with the movement and placement of the stand system to a new location on Dover AFB, including electrical and air system hook-up and a post-movement function check with a C-5M aircraft. The document also covers guarantees/warranties, hazardous material disposal, storage, general information, security requirements (personnel, facility, information, antiterrorism), special qualifications, records management, contractor badge policies, installation access, flightline driving, and waste removal. The services are deemed essential during a crisis, requiring the contractor to ensure continuity of operations.
    The Dover Air Force Base Antiterrorism Office has issued a pamphlet, "Antiterrorism Awareness for Contractors," to integrate contractors into the Global War on Terrorism efforts. Contractors are considered "Force Multipliers" and are expected to report suspicious activities to maintain security vigilance. The pamphlet defines terrorism and outlines various types of potential victims (by association, location, or opportunity). It details what constitutes suspicious activity, including surveillance, elicitation, tests of security, acquiring supplies, suspicious persons out of place, dry runs, deploying assets, and terrorism financing. Contractors are instructed to report such activities to the 436th Security Forces Squadron at (302) 677-6666, providing their name, company, accurate location, and a callback number, and to remain on-site until contacted. The document also explains Force Protection Conditions (FPCON) ranging from Normal to Delta, with examples of protective measures such as vehicle inspections, gate guards, and ID checks. FPCON Normal indicates a routine security posture with a general global threat, while FPCON Alpha suggests a general threat of unpredictable terrorist activity, leading to random vehicle checks and increased crime prevention efforts.
    The Department of the Air Force's Antiterrorism Guide for Contractors (18Apr24) outlines essential antiterrorism (AT) requirements for contractors and subcontractors operating at Dover Air Force Base (DAFB). This guide emphasizes the critical role of contractors in protecting personnel, installations, and resources from terrorist acts, aligning with DoD and DFARS standards. Key requirements include providing personnel with DAFB's AT Program information, strictly controlling personnel and vehicles to prevent aiding terrorists, and completing mandatory AT Awareness Level I training through specified online platforms (MyLearning for CAC holders or JKO for non-CAC holders). The guide also details suspicious activity reporting procedures, providing specific contact numbers for both on-base (436th Security Forces Squadron, OSI) and off-base (state police, FBI) incidents, along with the
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    Forklift Mast Assembly Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    GEOINT/Infrastructure Field Support System Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    49--STAND,MAINTENANCE,A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking small business concerns to provide 10 units of a new spare part identified by NSN 7R-4920-017293360-EY and reference number 3988AS100001-1. This procurement is specifically for aircraft maintenance and repair shop specialized equipment, emphasizing the government's rights to the technical data and the absence of manufacturing restrictions. Interested parties are encouraged to contact Thomas Kuhnle at (215) 737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further details, with the solicitation expected to include various small business set-aside clauses. The government is not utilizing FAR Part 12 policies for this acquisition, and interested vendors may express their capabilities within 15 days of this notice.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    Request for Information (RFI) F-15SA Diminishing Manufacturing Sources and Material Shortages (DMSMS) Analysis Tool Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for a Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis tool for the Royal Saudi Air Force's F-15SA aircraft. The objective is to procure a system that can proactively and reactively identify DMSMS issues, recommend viable resolutions, and integrate these solutions into a software tool that will be utilized by U.S. Government Country managers supporting the RSAF. This tool is crucial for managing obsolescence, correcting technical order errors, and facilitating coordination with government engineers and Foreign Military Sales (FMS) partners. Interested contractors must submit their capability surveys detailing their experience and qualifications by December 16, 2025, to the primary contact, Anthony Brzezicki, at anthony.brzezicki.2@us.af.mil or by phone at 478-497-5532.