Joint Base Charleston AGE Corrosion Prevention and Paint Services

SOL #: FA441826Q0001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4418 628 CONS PK
JOINT BASE CHARLESTON, SC, 29404-5021, United States

Place of Performance

Charleston AFB, SC

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Launching, Landing, And Ground Handling Equipment (J017)

Set Aside

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

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Apr 16, 2026
3
Submission Deadline
Apr 21, 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 is seeking quotes for Joint Base Charleston AGE Corrosion Prevention and Paint Services under a Total Small Business Set-Aside Request for Quote (RFQ). This opportunity is for an Indefinite Delivery Requirements Contract to provide surface preparation and painting services for approximately 368 Aerospace Ground Equipment (AGE) pieces at Joint Base Charleston, SC. The solicitation was amended to extend the quotation due date to April 21, 2026, at 5:00 PM EST.

Scope of Work

The contractor will provide all necessary labor, management, facilities, equipment, tools, materials, transportation, and supervision to clean, paint, and protect metal surfaces of various support equipment belonging to the 437th MXS, AGE Flight. Services include:

  • Surface Preparation: Washing, degreasing, sanding/scuffing, and masking. Special preparation for Generator Sets and -95 Gas Turbine Cart (GTC) units includes applying a protective bed liner coating to cable/hose compartments.
  • Priming & Painting: Application of one coat of primer (MIL-PRF-23377, Type I, Class N, or MIL-DTL-53022, Class L, Type IV) and one coat of finish paint (SAE-AMS-STD-595, gray number 26173, MIL-PRF-85285 Type IV). Interior areas, control panels, and doors also require preparation and painting. Oil, hydraulic, and fuel bowsers will receive black paint striping (8010-00-297-0547 Black, Lusterless, Color No. 37038). Painted wheels must be repainted.
  • Logistics: Contractor is responsible for picking up AGE from Bldg 548, JB CHS, SC, using a vehicle with a minimum 15,000 lbs winch capacity. Work on each asset is expected to be completed within two weeks of pickup.

Contract Details

  • Contract Type: Indefinite Delivery Requirements Contract (RFQ)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J017 - Maintenance, Repair And Rebuilding Of Equipment: Aircraft Launching, Landing, And Ground Handling Equipment
  • NAICS Code: 811310 (Size standard: $12.5 Million)
  • Period of Performance: A base period from June 1, 2026, to September 30, 2026, followed by four one-year option periods and a final option period ending May 30, 2031, for a total potential of 60 months.
  • Place of Performance: Joint Base Charleston, SC.
  • Award Intent: Single award.

Submission & Evaluation

  • Quotation Due Date: April 21, 2026, at 5:00 PM EST.
  • Past Performance Questionnaire (PPQ) Due: April 15, 2026, at 4:00 PM EST.
  • Submission Method: Electronically via email to the Contract Specialist and Contracting Officer.
  • Evaluation Factors: Price Evaluation and Past Performance. The award will be made to the offeror most advantageous to the Government, considering price and other factors. The evaluation provision 52.212-2 has been revised.
  • Government Furnished Property (GFP): A list of 46 GFP items (e.g., air compressors, jacks, generators) will be provided.

Key Attachments & Clarifications

  • Attachment 1: Performance Work Statement (PWS) detailing requirements.
  • Attachments 2 & 3 (Amended): Updated AGE Inventory Pricing Sheet and AGE Priority Projections Pricing, including weight, size dimensions, and a separate line for transportation costs.
  • Attachment 4: Wage Determination for South Carolina.
  • Attachment 5: FAR and DFARS Clauses and Provisions.
  • Attachment 6: Past Performance Questionnaire (PPQ) for references.
  • Attachment 9: Provides answers to vendor questions, clarifying details such as permitted primer substitutions, bedliner material specifications, and inspection procedures.

People

Points of Contact

Matthew MichelSECONDARY

Files

Files

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

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
View
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Version 1
Sources Sought
Posted: Nov 21, 2025
View
Joint Base Charleston AGE Corrosion Prevention and Paint Services | GovScope