Annual Aerial Maintenance & Equipment Testing Service
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 FA5205 35 CONS PK, is soliciting proposals for Annual Aerial Maintenance & Equipment Testing Service at Misawa Air Base, Japan. This combined synopsis/solicitation (RFQ FA520526QB044) requires annual maintenance and inspection on emergency vehicles and equipment. Quotes are due by April 8, 2026, at 1000 EST. This acquisition is not set-aside for small business concerns.
Scope of Work
The contractor will provide all parts, labor, material, tools, equipment, and transportation for annual aerial maintenance and equipment testing. Services must comply with NIOSH, NFPA, AFOSH, and OSHA standards. The scope includes:
- Aerial Device Maintenance: Examination and testing of aerial devices (e.g., Quint Ladder Truck, Water Tower) per NFPA standards, requiring SNT-TC-1A Level II technician certification.
- Breathing Air Systems: Annual servicing and testing of two Bauer breathing air compressors (stationary and mobile), MSA confined space equipment, communication cables, and air source carts.
- Fire Vehicle Pump Testing: Testing for various makes of structural pumpers, water tankers, and aerial ladder trucks (KME Kovatch, Pierce, E-One) and ARFF vehicles (OshKosh, KME RevGroup) per NFPA 1911.
- Foam Testing: Testing of foams on ARFF trucks per standard 412.
- Rescue Equipment: Annual service for a wide range of rescue tools, including Hurst/Jaw of Life tools, chainsaws, fans, blowers, and associated pumps and small engines.
- Reporting: Detailed reports are required for each piece of equipment, including maintenance performed, repairs, and pass/fail status.
Key Requirements
Offerors must possess inspection/servicing certifications as detailed in the Statement of Work (SOW), including proof of certification for air breathing compressors, MSA confined space equipment, MSA air carts, Hurst equipment, Emergency Vehicle Technician (EVT) for fire truck pumps and ARFF pumps, and Aerial Device Maintenance. Contractors must also demonstrate similar service performance history in U.S. installations within the last three years. Failure to provide these will result in ineligibility.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ FA520526QB044)
- Set-Aside: None (Not set-aside for small business concerns)
- Award Basis: All-or-none to a fully qualified source representing the best value.
- Cost Inclusion: Shipping and travel costs must be included in the item price.
- Period of Performance: Between August 1, 2026, and September 30, 2026, with work completed within a ten-day period after commencement at each location.
Submission & Evaluation
- Submission Deadline: April 8, 2026, at 1000 EST.
- Evaluation Factors: (1) Technical (assessing compliance with requirements, certifications, and performance history) and (2) Price (reasonableness for technically acceptable offers).
- Registration: Offerors must be actively registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF).
Points of Contact
- Primary: Loraine Ermel (loraine.ermel@us.af.mil, 3152268062)
- Alternate: Tomoko Asai (tomoko.asai.jp@us.af.mil, 011811763895)