Engine Water Wash Services

SOL #: FA862626RB001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8626 AFLCMC WN/LP
WRIGHT PATTERSON AFB, OH, 45433-7017, United States

Place of Performance

Oklahoma City, OK

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Engines, Turbines, And Components (J028)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Apr 27, 2026
3
Submission Deadline
Apr 24, 2026, 9:00 PM

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 (AFLCMC/LPZ) is soliciting proposals for Engine Water Wash Services to support various jet engines at approximately 33 CONUS locations. This is a Firm Fixed-Price (FFP), single-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The acquisition is Full and Open Competition. Proposals are due by April 24, 2026.

Scope of Work

The contractor will provide all personnel, equipment (including a mobile wash system), tools, materials, and transportation for environmentally acceptable, non-damaging, and cost-effective on-wing and/or in-test cell engine water wash services. The primary objective is to restore engine performance, reduce fuel consumption, and extend engine service life. Services are required for F108-CF-100/201 (KC-135R/T), F138-GE-100 (C-5M), TF33-P-103 (B-52H), TF33-P-100A (E-3B/G), and F139-PW-100 (KC-46A) jet engines, with an estimated annual requirement of 700 engines. Key performance standards include wash readiness within 30 days of award, 100% scheduling compliance, and completing washes within one hour per engine while ensuring effluent contamination is less than 500 PPM total solids. Effluent management and Foreign Object Damage (FOD) prevention are critical.

Contract Details

  • Type: Firm Fixed-Price (FFP), single-award Indefinite-Delivery Indefinite-Quantity (IDIQ)
  • Duration: One-year base period + four one-year option periods (total 5 years), expected 20 June 2026 - 19 June 2031.
  • Set-Aside: Unrestricted (Full and Open Competition)
  • NAICS: 488190 (Other Support Activities for Air Transportation)
  • PSC: J028 (Maintenance, Repair And Rebuilding Of Equipment: Engines, Turbines, And Components)

Submission Requirements

Proposals must be submitted electronically in two volumes:

  • Volume I - Technical Capability (20-page limit): Must detail the approach for schedule and wash effectiveness (including support for 3 locations in 30 days, 6 locations in 60 days, and all 5 regions within 2 weeks of award), a preliminary Environmental Plan (HAZMAT for effluent), Equipment Procedures (safety, FOD prevention, USAF flightline ops), Subcontractor Management & Small Business Participation (including a Small Business Participation Commitment Document (SBPCD) for all offerors), and Prior Experience (at least one relevant water wash contract within 5 years).
  • Volume II - Price Proposal and Contract Documentation (Unlimited page limit): Includes a completed Attachment 6 (Pricing Matrix, where "Each" refers to a single engine wash), completed SF 1449, Representations & Certifications, and a valid DD2345 or draft.

Evaluation Criteria

Proposals will be evaluated using FAR Part 13 Simplified Acquisition Procedures. Technical Capability (rated Acceptable/Unacceptable) is significantly more important than Price. Tradeoffs between price and technical risk are permitted. Offers must remain firm for 120 calendar days.

Key Dates & Contacts

  • Proposal Due Date: April 24, 2026, 5:00 PM EST
  • Q&A Period: Concluded. Only questions identifying critical requirement flaws will be addressed.
  • Primary Contact: Kayla Corsi (kayla.corsi@us.af.mil)
  • Secondary Contact: Laura Burnette (laura.burnette@us.af.mil)

Additional Notes

Offerors must be registered in SAM.gov prior to award. The Government reserves the right to cancel the solicitation and award is contingent upon fund availability.

People

Points of Contact

Kayla CorsiPRIMARY
Laura BurnetteSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Apr 27, 2026
View
Version 6
Solicitation
Posted: Apr 23, 2026
View
Version 5Viewing
Solicitation
Posted: Apr 14, 2026
Version 4
Solicitation
Posted: Apr 9, 2026
View
Version 3
Solicitation
Posted: Apr 3, 2026
View
Version 2
Solicitation
Posted: Mar 17, 2026
View
Version 1
Solicitation
Posted: Mar 2, 2026
View