Aircraft Wash and Lubrication (C-5)
ID: FA660625R0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6606 439 CONF PKWESTOVER AFB, MA, 01022-1508, 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 seeking proposals for aircraft wash and lubrication services for the C-5 aircraft at Westover Air Reserve Base in Chicopee, Massachusetts. The procurement aims to secure a contractor capable of providing comprehensive aircraft wash, lubrication, and corrosion control services, along with emergency and facility maintenance support, as outlined in the Performance Work Statement (PWS). These services are critical for maintaining the operational readiness and longevity of the aircraft fleet. Interested small businesses must submit their proposals by October 31, 2025, with a site visit scheduled for October 8, 2025, and inquiries directed to Robert Stacy at robert.stacy.2@us.af.mil or by phone at 413-557-2134. Note that funding for this contract has not yet been secured, and the government reserves the right to cancel the solicitation if necessary.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the evaluation criteria for commercial item proposals using a Lowest Priced Technically Acceptable approach. Proposals will be assessed on three main factors: technical capability, price, and past performance. Technical capability is evaluated on a pass/fail basis (Acceptable/Unacceptable) by reviewing the contractor's proposed technical and managerial approach against the Performance Work Statement (PWS) requirements, including specific sections on management, aircraft services, emergency services, environmental compliance, environmental specifications, facility maintenance, and training. Price evaluation will determine the lowest total evaluated price (TEP), which includes all options, and unbalanced option prices may lead to rejection. Past performance will be assessed using government systems like CPARS and FAPIIS, with offerors not required to submit past performance information. A neutral past performance rating is considered acceptable. Proposals must be fully responsive to the RFP and PWS requirements, with specific instructions for submitting technical and price proposals, including required content and format. The file also details the structure for price proposals across base and option periods.
    This government file outlines the evaluation criteria for commercial item proposals using a Lowest Priced Technically Acceptable approach. Proposals will be assessed on three main factors: technical capability, price, and past performance. Technical capability is evaluated on a pass/fail basis (Acceptable/Unacceptable) by reviewing the contractor's proposed technical and managerial approach against the Performance Work Statement (PWS) requirements, including specific sections on management, aircraft services, emergency services, environmental compliance, environmental specifications, facility maintenance, and training. Price evaluation will determine the lowest total evaluated price (TEP), which includes all options, and unbalanced option prices may lead to rejection. Past performance will be assessed using government systems like CPARS and FAPIIS, with offerors not required to submit past performance information. A neutral past performance rating is considered acceptable. Proposals must be fully responsive to the RFP and PWS requirements, with specific instructions for submitting technical and price proposals, including required content and format. The file also details the structure for price proposals across base and option periods.
    This government file outlines contract administration data and special contract requirements, focusing on Department of Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses. Key clauses include electronic submission of payment requests and receiving reports via the Wide Area WorkFlow (WAWF) system, detailing access, training, submission methods, and routing instructions. The document also specifies permissible variations in quantity (50% increase or decrease), and various FAR clauses implementing statutes or executive orders, such as prohibitions on certain telecommunications equipment, requirements for small business program rerepresentation, and conditions for performance-based payments. Additional clauses cover hazardous material identification, option to extend services and contract term, and antiterrorism/force protection for contractors outside the United States. The file emphasizes compliance with federal regulations for contracting and payment processing.
    This Performance Work Statement (PWS) outlines the requirements for C-5 aircraft wash and related maintenance services at Westover Air Reserve Base, MA. The contractor is responsible for providing all personnel, equipment, and materials for aircraft washing, lubrication, cleaning, and corrosion control, as well as emergency and contingency services. Key aspects include establishing an Aircraft Services Management system, ensuring environmental compliance, and performing facility maintenance. The PWS details specific service requirements, maximum allowable times, and government-furnished items and training. The contractor must adhere to strict safety, security, and quality control standards, including managing hazardous waste and maintaining accurate records. This document ensures comprehensive and compliant aircraft maintenance services.
    The document, identified as FA660625R0010, is a record of attendance for a meeting concerning "AIRCRAFT WASH AND LUBRICATION SERVICES." It lists various individuals and their company affiliations, indicating their presence or absence ("PRESENT," "N/A"). Companies represented include AFRC WARB, Starlight Corp, ATZ Solution LLC, Triad, and Cloud Nine Aviation Detailing, LLC. The primary purpose of this document is to record participants in a discussion or briefing related to the procurement or provision of aircraft maintenance services, likely an initial meeting for an RFP or a similar government contracting process.
    This Request for Information (RFI) for Solicitation FA660625R0010, "Aircraft Wash and Lubrication (C-5)," addresses critical questions from contractors regarding facility access, scheduling, equipment, technical data, inspections, and contractual requirements. The government confirmed dedicated parking, a 24-hour notice for services with a quarterly schedule, and the provision of hydraulic test stands and cleaning chemicals. It clarified that contractors are responsible for quality control plans, individual base badges for all personnel, and liability for spills. The government also specified that aircraft towing will be handled by government personnel, and while G081 access may be granted, it is not currently required due to pre-printed forms. Cybersecurity compliance (DFARS 252.204-7012/7019/7020) is mandatory for both prime contractors and subcontractors, with NIST SP 800-171 SPRS scores checked during evaluation, though no CDI/CUI information is involved. The RFI also provided historical workload data (25 washes/year) and confirmed that "Aircraft Servicer" (23060) is the applicable labor category. Option Year 5 will not be evaluated for price, and post-award debriefings will be provided upon request.
    This RFI (Request for Information) addresses various operational aspects for an aircraft washing contract, likely part of a federal government RFP. Key points clarified include that boiler operation is managed by PMI, while the contractor operates aircraft hydraulics. Westover supplies soaps and lubricants. The vendor will have dedicated, locked areas for tools and equipment, and employee parking is west of the hangar. Historically, a team of 12 employees has been used for aircraft washes. The wash schedule is an administrative decision by the vendor in coordination with the Contracting Officer Representatives, with the current schedule being 0600 to 1800.
    This document, RFI #3 dated October 10, 2025, provides responses to questions regarding an existing service contract. The current contractor is Starlight Corporation, and the contract number is FA660621C0002. A site visit was conducted on October 8, 2025, and the attendee roster will be provided as an attachment. The anticipated award date is unknown but will precede the projected start date of February 1, 2026. Certified funding has not yet been received. Information regarding the current monthly or total annual awarded amount is available on www.usaspending.gov, with a direct link provided. This RFI confirms the ongoing nature of the service requirement and addresses key logistical and financial inquiries for prospective bidders.
    This government file, Wage Determination No.: 2015-4095, Revision No.: 32, dated 08/07/2025, outlines the minimum wage rates and fringe benefits for service contract employees in specific towns within Franklin County, Massachusetts. It details the applicable minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document provides an extensive list of occupations with their corresponding hourly wage rates, along with information on health and welfare benefits ($5.55/hour or $5.09/hour for EO 13706 covered contracts), vacation (2-5 weeks based on service), and twelve paid holidays. It also includes specific footnotes for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials for ordnance-related work and uniform allowance guidelines are also stipulated. The document concludes with the conformance process for unlisted occupations, emphasizing the need for proper classification and wage rate determination by the Wage and Hour Division.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    C-5 Seals, WSDC:11F, AIRCRAFT, C-5 Galaxy
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking potential small business suppliers for C-5 aircraft seals, specifically for the C-5 Galaxy, a critical military transport aircraft for the U.S. Air Force. The procurement aims to ensure a reliable supply of quality seals necessary for maintaining pressure and aerodynamic qualities during flight, with a focus on supporting global Department of Defense customer needs. Interested suppliers must demonstrate their capability to manufacture these seals according to specific engineering standards, with a Request for Proposal anticipated to be released in January 2026 and contract awards expected by March 2026. Responses are due by 1600 EST on December 8, 2025, and should be directed to Michele Mauney at michele.mauney@dla.mil or Brian Ginnane at brian.ginnane.ctr@dla.mil.
    Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    Joint Base Charleston AGE Equipment Paint Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide surface preparation and painting services for Aerospace Ground Equipment (AGE) at Joint Base Charleston, South Carolina. The procurement involves the maintenance of 375 pieces of AGE equipment over a five-year period, requiring contractors to supply all necessary labor, materials, equipment, and transportation while adhering to federal, state, and local regulations. This service is crucial for ensuring that the support equipment remains in a serviceable condition, free from excessive corrosion or damage, and includes specific painting requirements as outlined in the attached Performance Work Statement (PWS). Interested firms must submit a capabilities package by 5:00 PM on December 12, 2025, to the primary contact, Morgan Hart, at morgan.hart.1@us.af.mil, and Matthew Michel at matthew.michel@us.af.mil, detailing their qualifications and relevant experience.
    Agricultural Wash of Military Equipment
    Buyer not available
    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.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    Government Owned Contractor Operated AIRCRAFT/GROUND FUEL SERVICES - SOUTHWEST REGION AF CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified small businesses to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Cannon AFB, NM, Davis Monthan AFB, NM, Holloman AFB, AZ, and Luke AFB, AZ. The procurement aims to identify firms capable of operating and maintaining these fuel facilities, which includes responsibilities such as receiving, storing, issuing, and accounting for petroleum products, as well as maintaining the associated infrastructure. This opportunity is significant for ensuring the efficient management of fuel resources critical to military operations. Interested parties must submit their responses by 3:00 PM EST on December 9, 2025, via email to Rochelle Adams and Gordon Braxton, with a focus on demonstrating their capabilities and past performance in similar contracts.
    Aircraft Maintenance Services for the MH-65
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.