ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

ACU Maintenance

DEPT OF DEFENSE FA500426Q0001
Response Deadline
Jan 28, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance and repair services for Avionics Cooling Units at Eielson Air Force Base in Alaska. The contract, identified as RFQ FA500426Q0001, includes a one-year base period with two optional one-year extensions, requiring quarterly preventative maintenance, annual inspections, and timely response to service calls. This procurement is critical for ensuring the operational readiness of avionics systems, with the previous contract valued at approximately $613,420. Interested parties must submit their quotes electronically by January 27, 2026, and direct any inquiries to Contract Specialist A1C Jedidiah Lee at jedidiah.lee@us.af.mil or Contracting Officer SSgt Nicholas Johnson at nicholas.johnson.83@us.af.mil by January 15, 2026.

Classification Codes

NAICS Code
811310
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC Code
J036
MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY

Solicitation Documents

10 Files
Attachment 03 - Questions and Answers ACU.pdf
PDF79 KBJan 26, 2026
AI Summary
The document, identified as RFQ: FA500426Q0001, addresses questions regarding an incumbent contract. It confirms that Multivariable Systems Tech (MVS-Tech) LLC is the current incumbent for these services. The previous contract, FA500420C0017, was a base year plus four option years, awarded for a total of $613,420.00. This RFQ represents a re-acquisition of these services, continuing the existing relationship with MVS-Tech LLC.
Attachment 01 - Performance Work Statement.pdf
PDF2226 KBJan 26, 2026
AI Summary
The Eielson AFB in Alaska seeks a contractor for non-personal services to perform preventative maintenance, inspections, and repairs on Avionics Cooling Units and Service Pits. The contract includes a one-year base period and two one-year option years, from March 2026 to February 2029. The contractor must conduct quarterly preventative maintenance and an annual inspection, following manufacturer recommendations and submitting detailed reports and cost estimates for any required repairs. Response times for routine service calls are 48 hours, and 24 hours for emergencies. The contractor must adhere to strict safety, security, waste disposal, and environmental regulations, including hazardous waste training. Personnel must be identifiable and comply with base rules. The government will provide facilities and utilities. This Performance Work Statement (PWS) outlines specific equipment, performance standards, and the roles of the Contracting Officer (CO) and Contracting Officer Representative (COR) in overseeing the contract.
Attachment 02 - Wage Determination.pdf
PDF465 KBJan 26, 2026
AI Summary
No AI summary available for this file.
Combo - ACU Maintenance - Amendment 3.pdf
PDF721 KBJan 26, 2026
AI Summary
This document is a combined synopsis/solicitation (FA500426Q0001) for commercial services for hangar inspection and maintenance, issued as a Request for Quotation (RFQ). It is a small business set-aside under NAICS code 811310. The solicitation outlines line items for annual and quarterly hangar inspections/maintenance, routine and emergency service calls (travel and labor), and restocking EAFB parts at cost plus 15% for three performance periods (March 2026-February 2027, March 2027-February 2028, and March 2028-February 2029), with an optional 6-month extension. Quotes are due by 4:30 PM AKST, January 23, 2026, and questions by 4:00 PM AKST, January 15, 2026. Award will be based on best value, considering cost/price and technical capability. Offerors must be registered with SAM and adhere to various FAR, DFARS, and DAFFARS clauses, including specific requirements for electronic invoicing via Wide Area WorkFlow (WAWF) and representations regarding covered defense telecommunications equipment and services.
Combo - ACU Maintenance - Amendment 2.pdf
PDF667 KBJan 26, 2026
AI Summary
This document is a combined synopsis/solicitation (FA500426Q0001) for commercial Hangar Inspection/Maintenance services, including routine and emergency service calls and parts restocking, for a period spanning March 2026 to February 2029, with an option to extend services for an additional six months. The solicitation is a Request for Quotation (RFQ) and is set aside for Small Businesses under NAICS code 811310 ($12.5M standard). Quotes are due by 4:30 PM AKST on January 21, 2026, and questions by 4:00 PM AKST on January 15, 2026. Award will be based on best value, considering cost/price and technical capability. Mandatory registration with the System for Award Management (SAM) is required. The document also details various FAR, DFARS, and DAFFARS clauses, including those related to electronic invoicing via Wide Area WorkFlow (WAWF) and representations concerning telecommunications equipment and labor practices.
Combo - ACU Maintenance - Amendment 4.pdf
PDF829 KBJan 26, 2026
AI Summary
This combined synopsis/solicitation, FA500426Q0001, is a Request for Quotation (RFQ) for commercial hangar inspection and maintenance services for the U.S. Air Force, set aside for small businesses under NAICS code 811310. The contract spans three years, from March 2026 to February 2029, with an option to extend services for an additional six months. The solicitation outlines various line items for annual and quarterly inspections, routine and emergency service calls (travel and on-site labor), and restocking of government-provided parts at cost plus 15%. Quotes are due by January 26, 2026, 10:00 AM AKST, and questions by January 15, 2026, 4:00 PM AKST. Award will be based on best value, considering cost/price and technical capability. Mandatory SAM registration and electronic invoicing through WAWF are required. The document also incorporates numerous FAR, DFARS, and DAFFARS clauses, including those related to telecommunications equipment, personnel restrictions, and payment instructions.
Combo - ACU Maintenance - Amendment 1.pdf
PDF669 KBJan 26, 2026
AI Summary
This is a combined synopsis/solicitation (FA500426Q0001) for commercial services, specifically hangar inspection and maintenance, issued by the Department of the Air Force. The solicitation is a Request for Quotation (RFQ) set aside for Small Businesses under NAICS code 811310 ($12.5M standard). The period of performance for the services, which include routine and emergency service calls and restocking of government-provided parts, spans from March 1, 2026, to February 28, 2029, with an option to extend for an additional six months. Quotes are due by 4:30 PM AKST on January 20, 2026, and questions by 4:00 PM AKST on January 15, 2026. Award will be based on best value, considering cost/price and technical capability. Offerors must be registered with the System for Award Management (SAM) and capable of electronic invoicing through Wide Area WorkFlow (WAWF). The document also includes numerous FAR and DFARS clauses by reference and in full text, covering various regulations from contractor responsibilities to payment instructions and representations.
Combo - ACU Maintenance.pdf
PDF669 KBJan 26, 2026
AI Summary
This document is a combined synopsis/solicitation (FA500426Q0001) for commercial services related to hangar inspection and maintenance, issued as a Request for Quotation (RFQ) by the Department of the Air Force. The procurement is a small business set-aside under NAICS code 811310. It outlines services for hangar inspection/maintenance, routine and emergency service calls (travel and on-site labor), and restocking of government-provided parts at cost plus 15% for three annual periods from March 1, 2026, to February 28, 2029. An option to extend services for an additional six months is also included. Quotes are due by January 20, 2026, 4:30 PM AKST, with questions due by January 15, 2026, 4:00 PM AKST. Award will be based on best value to the Government, considering cost/price and technical capability. Mandatory registration with the System for Award Management (SAM) is required. The document also details various FAR, DFARS, and DAFFARS clauses incorporated by reference and in full text, including requirements for electronic invoicing via Wide Area WorkFlow (WAWF) and representations regarding covered defense telecommunications equipment.
Attachment 03 - Questions and Answers ACU Jan 26 2026 .pdf
PDF103 KBJan 26, 2026
AI Summary
This document, RFQ: FA500426Q0001, addresses questions related to a reacquisition contract for ACU Maintenance. The incumbent contractor is Multivariable Systems Tech (MVS-Tech) LLC, which was awarded the previous contract, FA500420C0017, estimated at $613,420.00 for a base year plus four option years. The current contract is structured for a base year plus two option years, indicating a potential price variation. There will be no site visit for this reacquisition. The OSHA Voluntary Protection Program (VPP) is not a mandatory requirement for the contractor, nor is enrollment in a specific VPP plan for the buildings. Historical data shows four repairs were conducted under the previous contract.
Combo - ACU Maintenance - Amendment 5.pdf
PDF894 KBJan 26, 2026
AI Summary
This document is a combined synopsis/solicitation (FA500426Q0001) for commercial services related to hangar inspection and maintenance, issued as a Request for Quotation (RFQ) by the Department of the Air Force. The procurement is set aside for small businesses under NAICS code 811310 ($12.5M standard). Services include annual and quarterly hangar inspections, routine and emergency service calls (travel and labor), and restocking of government-provided parts at cost plus 15%. The contract spans from March 1, 2026, to February 28, 2029, with an option to extend services for up to six months. Quotes are due by 4:30 PM AKST on January 27, 2026, and questions by 4:00 PM AKST on January 15, 2026. Award will be based on best value, considering cost/price and technical capability. Offerors must be registered with SAM and have the capacity to invoice electronically through Wide Area WorkFlow (WAWF). The document includes numerous FAR and DFARS clauses governing various aspects of the contract.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 14, 2026
amendedAmendment #1Jan 20, 2026
amendedAmendment #2· Description UpdatedJan 21, 2026
amendedAmendment #3· Description UpdatedJan 26, 2026
amendedLatest AmendmentJan 26, 2026
deadlineResponse DeadlineJan 28, 2026
expiryArchive DateFeb 11, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA5004 354 CONS PK

Point of Contact

Name
LEE, JEDIDIAH B

Place of Performance

Eielson AFB, Alaska, UNITED STATES

Official Sources