Aircraft Fire Trainer 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, FA3022 14 CONS LGCA, has issued a Combined Synopsis/Solicitation (FA3022-26-Q-0308) for Aircraft Fire Trainer Repair services at Columbus AFB, MS. This requirement is a Total Small Business Set-Aside aimed at restoring an Aircraft Fire Trainer to operational status through inspection, validation, and repair of emergency items. Offers are due by April 22, 2026, at 2:00 PM CST.
Scope of Work
The successful contractor will be responsible for reviewing an inspection report, validating findings, and performing necessary repairs to return the Aircraft Fire Trainer to service. Key repair items include:
- Ignitors (Spill, APU, PAX) and their wiring harnesses.
- Training point ignition protection.
- Troop ramp and rear section fuselage walking surface.
- Hydrostatic pressure relief valves on all propane valves.
- Propane tank over pressure valves.
- Fuel control emergency stop system.
- Remtron emergency isolation system.
- Four non-compliant doorways in the fuselage.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation for Commercial Items
- Solicitation Number: FA3022-26-Q-0308
- Set-Aside: Total Small Business
- NAICS Code: 811310 (Size Standard: $12.5M)
- Place of Performance: Columbus AFB, MS 39710, United States
- Questions Due: April 16, 2026, 2:00 PM CST
- Offers Due: April 22, 2026, 2:00 PM CST
- Published Date: April 13, 2026
Eligibility & Requirements
This opportunity is a 100% small business set-aside. Offerors must ensure their registration in SAM.gov is current and active to be considered for award. The solicitation incorporates various FAR clauses by reference, including 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms and Conditions Required To Implement Statutes Or Executive Orders). Additionally, FAR 52.212-2 (Evaluation -- Commercial Items) has been tailored and is provided as an attachment. Bidders must also adhere to the Department of Labor Wage Determination for Mississippi, which specifies minimum wage rates and fringe benefits for various occupations, crucial for accurate labor cost estimation.
Contact Information
- Primary Point of Contact: Ivan Luckett (ivan.luckett.1@us.af.mil, 662-434-3729)
- Secondary Point of Contact: JACKSON BASIL (jackson.basil.1@us.af.mil, 662-434-7767)