633 LRS Vehicle corrosion control and repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, 633 Logistics Readiness Squadron (LRS), is soliciting quotes for a Blanket Purchase Agreement (BPA) for vehicle corrosion control, body repair, and painting services at Joint Base Langley-Eustis, Virginia. This requirement, issued as a Request for Quote (RFQ) under FAR Parts 12 and 13, seeks to establish a BPA for non-personal services to maintain the LRS vehicle fleet. Quotes are due by February 19, 2026, at 2:00 P.M. GMT.
Scope of Work
The selected contractor will provide all labor, tools, parts, and equipment for comprehensive vehicle corrosion control, estimation, repair, and painting. Services include preparing vehicles for repair, masking, de-installation/re-installation of exterior accessories, and paint application. Specific tasks encompass body repair, sandblasting, painting, and decal application/removal. The contractor is responsible for supplying striping material, OEM decals, and logos. All work must adhere to applicable laws, regulations, HAF standards, OSHA, and commercial practices, with strict performance standards for surface preparation, paint application (OEM equivalent acrylic urethane), color uniformity, and film thickness.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- NAICS Code: 811121 – Automotive Body, Paint, and Interior Repair and Maintenance
- Set-Aside: None (no set-aside will be used)
- Period of Performance: April 1, 2026 – March 30, 2027
- Place of Performance: Joint Base Langley-Eustis, Virginia (vehicles delivered to/picked up from contractor)
- FOB Point: Destination; Joint Base Langley-Eustis
Submission & Evaluation
Award will be made on a Best Value basis using comparative evaluations, considering price and technical capability. The Government intends to award based on initial quotes, so offerors should submit their best price and technical terms. Evaluation Factors:
- Price: Must be fair, reasonable, and realistic. Lowest price may receive additional consideration.
- Technical Capability: Demonstrate ability to provide services per the Statement of Work (SOW), including detailed processes, materials, equipment, facility capabilities, quality control procedures (e.g., defect prevention, film thickness measurement), and environmental/safety compliance (EPA, OSHA, hazardous materials). Substantial benefits like enhanced QA or faster turnaround may receive additional consideration. Quote Requirements: Include solicitation number, quoter details, technical description, warranty terms, price, "remit to" address, completed FAR 52.212-3 representations/certifications, acknowledgment of amendments, and past performance information. A Unique Entity Identifier (UEI) is required.
Important Notes
Funds are not currently available, and no award will be made until funds are secured. The Government reserves the right to cancel the solicitation at any time. Offerors must review all incorporated clauses, including those related to prohibitions (e.g., covered defense telecommunications equipment, Hexavalent Chromium, Xinjiang Uyghur Autonomous Region), Buy American Act, and payment instructions.