Joint Base Charleston AGE Corrosion Prevention and Paint 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 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.