Explosive Ordnance Disposal (EOD) Response Trailers

SOL #: FA8051-26-R-0005Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8051 772 ESS PKD
TYNDALL AFB, FL, 32403-5322, United States

Place of Performance

Tyndall AFB, FL

NAICS

Truck Trailer Manufacturing (336212)

PSC

Trailers (2330)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 7, 2026
2
Submission Deadline
Jun 8, 2026, 6:00 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 is soliciting proposals for Explosive Ordnance Disposal (EOD) Response Trailers under a Total Small Business Set-Aside. This combined synopsis/solicitation (FA8051-26-R-0005) seeks a single Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 5-year ordering period for up to 80 specialized, all-terrain trailers. The trailers will support emergency response and Defense Support of Civil Authorities (DSCA) missions at Continental United States (CONUS) Air Force installations. Proposals are due June 08, 2026, by 1300 CDT.

Scope of Work

The awarded contractor will manufacture and deliver approximately 7' x 20' enclosed, all-terrain EOD Response Trailers. These trailers must conform to detailed dimensional, structural, electrical, and accessory requirements, enabling safe transport of EOD payloads over various terrains and functioning as self-contained, climate-controlled workspaces. Key specifications include:

  • General Capability: On- and off-road (all-terrain) capable, designed for emergency response equipment transport and secure, climate-controlled workspace.
  • Structure & Dimensions: Steel tube structural frame, aluminum sheeting, 84"W x 192"L interior, 19.5-20' overall length, 16" ground clearance, GVWR not exceeding 7,000 lbs.
  • Features: Oversized RV-style personnel door with electronic keypad, flat front nose for generator, super duty ramp door, two 7,500 lb rear stabilizer jacks.
  • Systems: LED lighting (interior/exterior), 15K AC unit with 12K heat strip, 12' powered awning, 120/240V 50-amp electrical system with 5.5KW gas generator and 100 ft shore power cable.
  • Interior: Polyfoam insulation, white vinyl walls/ceiling, heavy-duty non-slip polyvinyl flooring, and an extensive E-Track system.
  • Warranty: A comprehensive, all-inclusive "bumper-to-bumper" warranty covering the entire trailer and all installed subsystems is mandatory.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ).
  • Ordering Period: 5 years, with a potential sixth option period (July 1, 2031 - January 1, 2032) under FAR 52.217-8.
  • Estimated Maximum Quantity: 80 trailers.
  • Set-Aside: 100% Total Small Business.
  • NAICS Code: 336212 (Size Standard: 1,000 Employees).
  • Place of Performance: Trailers will be fielded to various CONUS Air Force installations, including Tyndall AFB, FL. Production and delivery for each order must be completed within 180 calendar days.

Submission & Evaluation

  • Questions Due: May 15, 2026, by 1300 CDT.
  • Proposals Due: June 08, 2026, by 1300 CDT.
  • Submission: Electronically.
  • Evaluation Factors: Technical (Capability and Warranty Plan), Past Performance, and Price.
  • Award Basis: Best-value tradeoff. The Warranty Plan is significantly more important than Price. Technical Capability and Past Performance will be evaluated on an "Acceptable" or "Unacceptable" basis.
  • Required Attachments: Offerors must utilize the provided Statement of Work, Trailer Fielding Locations, Past Performance Questionnaire (PPQ), and Pricing Matrix. A First Article Inspection is required prior to full production.

Contact Information

People

Points of Contact

Justin BrownPRIMARY
Jason CroninSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 7, 2026