Elevated Work Platforms (EWPs) Maintenance Services at Travis Air Force Base, CA
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 the 60th Contracting Squadron (60 CONS LGC), requires comprehensive Elevated Work Platform (EWP) Maintenance Services at Travis Air Force Base, California. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a 5-year, Firm Fixed-Price contract. Responses are due by March 18, 2026, 12:00 PM PST.
Purpose & Scope
The objective is to ensure the continuous operation of 32 EWP systems at Travis AFB through comprehensive maintenance, inspection, and repair services. The scope includes scheduled Preventive Maintenance Inspections (PMI), unscheduled repairs, quarterly and annual inspections in accordance with ANSI/SIA standards, and adherence to manufacturer's service manuals. All repairs must utilize new standard parts, and the contractor is required to maintain an on-site log of all services performed.
Contract Details
- Type: Firm Fixed-Price (FFP) Combined Synopsis/Solicitation.
- Period of Performance: A 5-year contract consisting of a Base Year (May 1, 2026 - April 30, 2027) and four Option Years, extending through April 30, 2031. A 6-month extension option is also available (May 31, 2031 - October 31, 2031).
- Place of Performance: Travis Air Force Base, California.
- Set-Aside: This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
- Product Service Code: J035 - Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment.
Submission & Evaluation
- Questions Due: March 3, 2026, 12:00 PM PST.
- Proposals Due: March 18, 2026, 12:00 PM PST.
- Submission Method: Electronic submission via email to both Clark Teninty (clark.teninty.1@us.af.mil) and Juliet Diggs (juliet.diggs.1@us.af.mil).
- Evaluation Factors: Award will be based on Best Value, considering Price, Technical Capability (rated Acceptable/Unacceptable), and Past Performance (subjectively evaluated). Offers must remain valid for 60 calendar days.
Key Requirements & Attachments
- Performance Work Statement (PWS) (Attachment 6): Details specific maintenance tasks, performance standards, and special requirements, including a Quality Control Plan (QCP) and safety plan.
- Contractor Responsibility (Attachment 2): Requires evidence of financial resources, ability to meet schedules, past performance records (at least two from the last 3 years or a capability statement), business integrity, and organizational structure.
- Past Performance (Attachments 3 & 4): Bidders must provide a list of references and ensure customers complete the Past Performance Questionnaire (PPQ) for evaluation.
- Security (Attachment 5): Outlines mandatory security requirements for base access, including identity proofing, vetting, base pass procedures (Entry Authority List submission 45 days prior), and required training.
- Wage Determination (Attachment 7): Specifies minimum wage rates and fringe benefits for Solano County, CA, under the Service Contract Act, which must be incorporated into proposals.
- Provisions & Clauses (Attachment 1): Lists all applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses for compliance.