C-17 Cockpit Equipment
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 C-17 Cockpit Equipment for 40 assigned C-17 aircraft at Joint Base Charleston, SC. This Total Small Business Set-Aside opportunity requires the production and delivery of various aircrew and cockpit components. Proposals are due March 20, 2026, by 1:00 PM EST.
Scope of Work
The contractor will be responsible for procuring all necessary materials, constructing, and embroidering replacement cockpit equipment. This includes:
- Aircrew seat backs and bottoms (200 each)
- Seat headrest covers (200)
- Cockpit curtain sets (40 bay window, 40 cockpit separator, 80 bunk separator)
- Bunk mattress sets (80)
- Valances (40)
- Sunshades (320) Specific items and quantities are detailed in Attachment 1 (Pricing Sheet) and Attachment 2 (Requirement Description). All completed items must be shipped to 217 North Bates Street, JB Charleston, SC, 29404.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation for Commercial Items
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336413, with a size standard of 1250 employees.
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- Delivery: F.O.B. Destination, 180 Days After Receipt of Order (ARO). Delivery hours are Monday through Friday, 06:30 AM to 5:00 PM.
Submission & Evaluation
- Proposal Due Date: March 20, 2026, by 1:00 PM EST.
- Submission Method: Electronically via email to SSgt Daniel Mann (Daniel.Mann.3@us.af.mil) and Roger Crews (roger.crews@us.af.mil).
- Evaluation Factors: Proposals will be evaluated based on Price (lowest to highest) and Past Performance. Past performance will be assessed for recency and relevancy, defined as similar services within the past 3 years and delivery of same/similar items.
- Award Basis: The contract will be awarded to the responsible offeror whose offer is most advantageous to the government, utilizing an integrated best value evaluation. The government will prioritize the lowest-priced offeror who receives a 'Substantial Performance Confidence' rating.
Special Requirements
Contractor personnel must be certified by appropriate federal and state regulatory agencies to meet Air Force Standards in C-17 aircraft refurbishments. Proof of certification is required before contract award. Quality control will involve inspection by 437th Aircraft Maintenance Squadron, Dash 21 personnel for material defects.
Contacts
- Primary: SSgt Daniel Mann (daniel.mann.3@us.af.mil, 843-969-5177)
- Secondary: Roger "Dale" Crews (roger.crews@us.af.mil, 843-963-3568)