4 Ton Asphalt Trailer

SOL #: FA282326Q0033Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2823 AFTC PZIO
EGLIN AFB, FL, 32542-5418, United States

Place of Performance

GOULDS, FL

NAICS

Construction Machinery Manufacturing (333120)

PSC

Miscellaneous Construction Equipment (3895)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
May 26, 2026, 2:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is soliciting quotes for a 4-Ton Asphalt Trailer (Big A KM-8000TEDD or equal) for delivery to Eglin AFB Duke Field, FL. This is a Total Small Business Set-Aside. Quotes are due by 10:00 AM EST on May 26, 2026.

Opportunity Details

This is a combined synopsis/solicitation (Request for Quotation - RFQ) for commercial products, specifically a Big A KM-8000TEDD 4-Ton Asphalt Trailer Hotbox/Reclaimer Diesel Fired Hydraulic Dump Trailer, or an equal. The acquisition is conducted under FAR Class Deviations implementing the Revolutionary FAR Overhaul (RFO). This announcement serves as the only solicitation; no separate written solicitation will be issued.

Scope of Work & Requirements

The requirement is for one (1) 4-Ton Asphalt Trailer meeting specific salient characteristics. Key features include:

  • Equipment Type: Big A KM-8000TEDD 4-Ton Asphalt Trailer Hotbox/Reclaimer Diesel Fired Hydraulic Dump Trailer, or equal.
  • Capacity: Minimum 2-ton capacity, with a 4-ton hydraulic dump bed.
  • Heating: Diesel-powered (greater than 100,000 BTU, propane is unacceptable), 3-inch high-efficiency fiberglass insulation, equipped with a thermostat for temperatures between 100°F and 350°F, electric ignition, and capable of maintaining workable temperature for up to 72 hours or greater.
  • Design: All-welded steel construction (minimum 14-gauge steel asphalt compartment), shoveling port for waist-level access, pintle eye hitch (no other hitch acceptable), and a trailer length of 20 feet or better.
  • Accessories: Mounted 4-hole tool rack, mounted spare tire, 5-gallon bucket holder, roller cradle for Bomag BW55E roller or better, and an electric-powered 12-volt hoist/winch for loading/unloading.
  • Lighting: Light bar with directional arrows, rear fender light strobes, and a 6-inch light strobe on top.
  • Delivery: FOB Destination, to Eglin AFB Duke Field, Building 3031 Clay Street, Duke Field, Eglin AFB, FL. 32542, within 60 days after purchase order award. Vendor must schedule delivery with the Government Point(s) of Contact at least one business day in advance.
  • Training: A certified sales representative must provide on-site hands-on training and operational instruction at no additional cost upon delivery. All listed requirements are "hard requirements, no exceptions."

Contract Details

  • Contract Type: Firm-fixed priced purchase order.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 333120 (Miscellaneous Construction Equipment) with a size standard of 1,250 Employees.
  • Registration: Offerors must be registered in SAM.gov and Wide Area Workflow (WAWF).
  • Clauses: Various provisions and clauses are incorporated by reference, including those related to prohibitions on certain telecommunications equipment, SAM registration and maintenance, Buy American Act, and Free Trade Agreements.

Submission & Evaluation

  • Submission Deadline: Quotes are due by 10:00 AM EST on May 26, 2026.
  • Submission Method: Via email to victoria.thomas.6@us.af.mil.
  • Questions Deadline: Questions/Requests for Information are due by 10:00 AM EST on May 15, 2026, to victoria.thomas.6@us.af.mil. RFIs and responses will be posted prior to solicitation closing.
  • Evaluation: Award will be made to the responsible offeror whose quote represents the Best Value, based on a Comparative Evaluation of Price and Technical Capability (meeting or exceeding Salient Characteristics). The government reserves the right to select a quote with superior technical features or lower risk, even if not the lowest-priced, provided the price is fair and reasonable.
  • Price Firmness: Offerors must hold prices firm for 60 calendar days from the offer due date.

Contact Information

People

Points of Contact

VICTORIA G. THOMASPRIMARY
Paul L. BrinckhausSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026