Engine Water Wash Services
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 (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.