Big Top Shelter Sustainment
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 is soliciting proposals for Big Top Shelter Sustainment services, specifically annual preventative maintenance for existing aircraft sunshades at Tyndall AFB, FL. This unrestricted opportunity, Solicitation Number FA481926Q0007, requires a Firm Fixed Price contract. Proposals are due March 11, 2026, at 02:00 PM EST.
Scope of Work
The contractor will inspect, maintain, and repair aircraft sunshades, including their structure, connections, fabric, lights, electrical systems, lightning protection, obstruction lighting, and safety reflective devices. The base year covers one large sunshade (100’ W x 100’ L x 40’H) and six smaller sunshades (60’ W x 70’ L x 28’H). Option years one through four will expand the scope to include inspections on one large and twelve smaller sunshades. Services include annual and bi-annual inspections, routine maintenance, and repairs based on inspection findings. All work must be documented.
Contract & Timeline
- Contract Type: Solicitation (Firm Fixed Price)
- Solicitation Number: FA481926Q0007
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Size Standard: $12,500,000.00
- Set-Aside: Unrestricted
- Period of Performance: Base year plus four option years.
- Published Date: February 26, 2026
- Proposal Due Date: March 11, 2026, 02:00 PM EST
- Place of Performance: Tyndall AFB, FL
Evaluation
Award will be made to the offeror providing the best value to the Government, considering both Price and Technical Approach. Offerors must submit two volumes: Volume 1 (Price), completing tables for proposed unit and extended pricing for all CLINs, and Volume 2 (Technical Approach), detailing how PWS requirements will be met. The Total Evaluated Price (TEP) will be calculated based on the sum of Firm-Fixed Price extended prices for the base year and all option periods, with an additional six months of extended services evaluated using the highest proposed unit price.
Special Requirements & Notes
- Personnel: Must be qualified, possess appropriate identification, and complete base-specific security training for restricted areas.
- Quality Control: Develop and implement a Quality Control Plan (QCP) within 45 days of award.
- Safety & Environmental: Comply with AFOSH, OSHA, AF Safety Instructions, and DoD hazardous materials/waste management. Obtain necessary permits.
- Security: Adhere to installation traffic regulations and security protocols. Obtain airfield driver licenses if applicable.
- Submission: Payment requests and receiving reports are to be submitted electronically via Wide Area WorkFlow (WAWF).
- Attachments: Performance Work Statement (PWS) is attached.