Opportunity

SAM #FA466126Q0020

Aircraft Wash Rack Refurbishment and Maintenance at Dyess AFB

Buyer

7th Fleet

Posted

March 27, 2026

Respond By

April 14, 2026

Identifier

FA466126Q0020

NAICS

488190, 811219, 238290, 811310

This opportunity involves the U.S. Air Force's requirement for the repair, refurbishment, and ongoing maintenance of a specialized aircraft wash rack foaming system at Dyess Air Force Base, Texas. - Government Buyer: - U.S. Air Force, 7th EMS and 7 CONS/PKB Contracting Office at Dyess AFB - OEMs and Vendors: - EST Companies LLC (manufacturer of the foaming system, Part #25175HWF3X5) - Revere (referenced for hose reels, control panels, hot water wash systems, and foamer systems, or equal) - Products/Services Requested: - Refurbishment of one EST Companies LLC Foaming System (Part #25175HWF3X5) - Replacement or refurbishment of: - 10 stainless steel hose reel stands with electric rewind (Revere reels or equal) - 5 stainless-steel remote-control panels (Revere or equal) - 3 hot water wash systems (Revere or equal) - 3 foamer systems (Revere or equal) - Wash system controls and integration (including PLC/HMI coordination) - 1 heavy-duty 15hp screw air compressor with 120-gallon receiver tank - All required system, foamer, and compressed air piping and control wiring - Training for at least 3 military personnel - 12 monthly on-site preventative maintenance visits (including all required parts, consumables, and water softener salt) - 12 months of warranty coverage - Unique or Notable Requirements: - All work must be completed within 90 calendar days of contract award; on-site repairs within 30 days - Training must be provided within 2 days of refurbishment completion - Weekly progress reports required during performance - Compliance with safety, environmental, and security standards - Coordination with the original manufacturer for PLC/HMI control system integration - All replacement items must be new and meet or exceed the specifications of the listed OEMs or their equivalents - The contract is set aside for small businesses under NAICS 488190

Description

This solicaition has posted calling for the repair and refurbishment of the currently installed custom built aircraft wash rack foaming system and 12 months of preventative maintenance. Please see RFQ FA466126Q0020 and it's attachment for all information and requirements related to this solicitation.

QUOTE SUBMISSION INFORMATION: E-mail is the required method for offer submission.  The Contracting Specialist or Officer will send a confirmation email once your quote is received. If you do not receive a confirmation email, the Government did not receive your quote.  Your offer shall include but is not limited to the following:

1. Complete (must be signed) Page 2 of RFQ (or contractor equivalent*) 2. The contractor shall provide a technical solution/approach which address the minimum task outline within the Performance Work Statement (PWS). 3. A schedule/period of performance must be stated. 4. All Standard Commercial Warranties.

* The offeror is not required to use Page 2 of this RFQ; however, if you choose not to use it, all of the information on Page 2 must be included in your offer.

Site Visit: A voluntary site visit for this requirement shall be held on 3 April 2026 at 10:00AM.

Interested vendors are to RSVP with akeno.jackson@us.af.mil. The contract specialist will meet all prospective offerors at the Dyess AFB, TX Visitor Control Center on 3 April 2026 at 09:00AM

Deadline for questions pertaining to this solicitation: Please submit questions to the email addresses: akeno.jackson@us.af.mil and bennie.simmons@us.af.mil, NLT 7 April 2026, 11:00 a.m. (CDT).

An amendment will be issued to answer all questions received.

Deadline for receipt of offers: All quotes pertaining to this solicitation shall be sent to the email addresses: akeno.jackson@us.af.mil and bennie.simmons@us.af.mil,  NLT 14 Apr 2026, 11:00 a.m. (CDT).

EVALUATION OF OFFERS: The evaluation for this acquisition will be based on best value of items that are found to be technically acceptable. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement.

The specific list of evaluation factors in the order that shall be prioritized is listed below:

Schedule (Period of Performance) Technical Solution/Approach Price

Offerors must submit sufficient descriptive data to validate each line item proposed meets the work outlined within the PWS. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, all state and local taxes, overhead, and profit.

View original listing