Aircrew Flight Equipment Services - Sheppard AFB TX
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, 82d Contracting Squadron, is soliciting proposals for Aircrew Flight Equipment (AFE) Services at Sheppard Air Force Base, Texas. This is a Request for Quotation (RFQ) for a Firm Fixed-Price (FFP) contract, total set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The objective is to ensure proper functioning and maintenance of AFE. Quotes are due by April 30, 2026, at 2:00 PM CST.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and supervision for comprehensive AFE functions. Key tasks include:
- In-shop inspection, repair, repack, and modification of aircraft installed parachutes, flotation equipment, anti-G garments, torso harnesses, and flight suits.
- Maintenance and overhaul of sewing machines and T-38 parachute presses.
- Local manufacture of AFE items as required by flying squadrons.
- Management of programs such as Explosive Safety, Equipment Management, Quality Assurance, Training, and Technical Order Maintenance.
- Maintenance of automated systems like DPAS and IMDS.
- Contractors are expected to transport UWARS (an explosive) and require Air Force Explosive Safety Training. A minimum of four personnel with specific AFE technical training and basic security clearance is required.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: A base year plus four one-year option periods, from October 1, 2026, to September 30, 2031, with a potential six-month extension. A phase-in/phase-out period is scheduled from September 13-30, 2026.
- Set-Aside: Total Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns.
- NAICS Code: 561910, with a small business size standard of $19.5M.
- Solicitation Number: FA302026Q0005
- Response Due: April 30, 2026, at 2:00 PM CST.
- Questions Due: April 15, 2026, at 2:00 PM CST.
- Published Date: April 22, 2026.
- Funding: Funds are not presently available; no award will be made until funds are available.
Evaluation
Award will be made to the responsible vendor whose quote represents the best value to the government, considering technical capability (pass-fail), price, and past performance. Pricing for the six-month extension should use the same fully burdened monthly rate as base/option years, and a supporting pricing narrative is permitted.
Additional Notes
The complete solicitation package includes the RFQ, Performance Work Statement (PWS), wage determination, clauses attachment, and Collective Bargaining Agreement (CBA). Bidders must review these documents, especially the Service Contract Act wage determination and CBA, for labor cost implications. All submissions and questions must be sent via email to the primary and alternate contacts. Contractors are cautioned to check the notice periodically for amendments.