AGE Jack Trailer
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, specifically FA4625 509 CONS CC, is soliciting quotes for an AGE Jack Trailer (4 Degree Trailer Company P/N 12600 or equivalent) to support Aerospace Ground Equipment (AGE) operations. This is a Total Small Business Set-Aside opportunity. Questions are due by 1400 CST on April 10, 2026, and quotes are due by 1400 CST on April 16, 2026.
Scope of Work
The government requires one (1) wing jack trailer capable of safely, efficiently, and expeditiously loading, unloading, and transporting up to four 30-ton wing jacks or other related equipment. The trailer must meet specific salient characteristics detailed in an attachment, including dimensions (e.g., 26 ft total length, 20 ft deck length), capacity (4000 lbs payload), operational features (e.g., on-board hydraulics, ground level loading with a 3-degree angle, 4000 lb cargo winch), and construction from HSLA Steel. Delivery is required within 140 days After Receipt of Order (ARO).
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP) using Simplified Acquisition Procedures
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336212, Truck Trailer Manufacturing (Size Standard: 1000 employees)
- Questions Due: 1400 CST, April 10, 2026
- Quotes Due: 1400 CST, April 16, 2026
- Published Date: April 6, 2026
- Place of Performance: Crystal City, MO (supporting AGE operations, likely at Whiteman AFB)
Evaluation & Submission
Award will be made based on a Best Value determination, considering technical capabilities (Acceptable/Unacceptable) and price (reasonableness and balance). Quotes must be emailed to natanael.valdez@us.af.mil and molly.nussbaum@us.af.mil, be 3 pages or less, and not use file compression (.zip). Late quotes will not be considered. Quotes must remain valid for 90 days. Offerors must be registered in SAM.gov and achieve CMMC Level 1 at the time of award.
Additional Notes
The government may award without discussions and reserves the right to cancel the solicitation. Invoices will be processed via Wide Area Work Flow (WAWF). Bidders are responsible for ensuring timely receipt of quotes, accounting for potential delays due to the Whiteman AFB firewall.