AFTF Live Fire Trainer Maintenance

SOL #: FA282326Q0028Combined 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

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials (J042)

Set Aside

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

Timeline

1
Posted
May 4, 2026
2
Submission Deadline
May 15, 2026, 4:00 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, specifically the Operational Contracting Division of the Air Force Test Center (AFTC PZIO) at Eglin AFB, Florida, is soliciting proposals for AFTF Live Fire Trainer Maintenance. This opportunity is for a single-award Firm-Fixed-Price Definitive Contract to provide comprehensive inspection, testing, maintenance, and repair services for an aircraft Liquid Propane Gas (LPG) Fueled Fire Trainer. This acquisition is designated as a 100% Small Business set-aside. Proposals are due Friday, May 15, 2026, by 11:00 A.M. (CST).

Scope of Work

The selected contractor will be responsible for the inspection, testing, maintenance, and repair of one (1) constructed aircraft LPG trainer located at Eglin AFB, Florida. Key services include:

  • Performing all required inspections and preventive maintenance in accordance with TO 35E1-2-13-1, the Statement of Work (SOW) dated 30 April 2026, commercial standards, and Appendix 1A.
  • Annual winterization (by October 31st) and de-winterization (by March 31st).
  • The base year requires three inspections: an initial startup inspection and two semiannual inspections, in conjunction with winterization/de-winterization.
  • Providing 24/7 toll-free telephone and online technical support for troubleshooting.
  • Note: Major and minor repairs requiring part replacement, additional site visits, or costing over $2,500 are explicitly not included in this contract.
  • The contractor must provide all necessary labor, materials (new, not refurbished or used), specialized tools, and equipment.

Contract Details

  • Type: Single-award Firm-Fixed-Price Definitive Contract.
  • Period of Performance: A Base Year (May 2026 - September 30, 2026) followed by four (4) 12-month Option Years, extending through September 30, 2030.
  • Set-Aside: 100% Small Business.
  • NAICS Code: 811310 (Commercial and industrial machinery repair and maintenance services) with a size standard of $12.5 million.
  • Product Service Code (PSC): J042 (Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment).
  • Place of Performance: Eglin AFB, Florida.

Submission & Evaluation

  • Proposal Due: Friday, May 15, 2026, by 11:00 A.M. (CST).
  • Evaluation Factors: Proposals will be evaluated based on Price and Technical Capability. Award will be made to the responsible offeror whose offer is most advantageous to the Government.
  • Technical Capability: Offerors must demonstrate corporate experience, operational capability, a viable approach, and technician qualifications. A Quality Control Plan (QCP) must be submitted with the proposal.
  • Pricing: Must be firm-fixed-price for all Contract Line-Item Numbers (CLINs); partial offers will not be considered.
  • Eligibility: Offerors must explicitly identify their business size and maintain active registration in SAM.gov.
  • Submission Format: Quotes can be in vendor-generated formats but must include CAGE code, Company Name, Point of Contact, and phone number.
  • Contact: Questions and submissions should be directed to Rommel Angeles (rommel.angeles.2@us.af.mil) and Sierra Prindle (sierra.prindle.1@us.af.mil).

Additional Notes

This announcement constitutes the only solicitation; a separate written solicitation will not be issued. The government will not authorize advance payments; payment will be made upon completion and acceptance of work via Wide Area WorkFlow (WAWF). Offerors are responsible for their own costs associated with proposal preparation.

People

Points of Contact

Rommel AngelesPRIMARY
Sierra PrindleSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 4, 2026
AFTF Live Fire Trainer Maintenance | GovScope