Reel Plates
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, specifically Tyndall AFB, is soliciting quotes for 200 Reel Plates (Part Number 200622844) under solicitation number FA481926Q0004. This opportunity is a Total Small Business Set-Aside and requires a Firm Fixed Price contract. Key requirements include a First Article Test (FAT) and delivery within 180 days of award. Quotes are due March 6, 2026, at 01:00 PM CST.
Scope of Work
This acquisition is for the procurement of 200 each, Reel Plates, specifically the BAK-12 aircraft arresting system Side Drum (Reel Plate), to support installation flying operations at Tyndall AFB, FL. The required part number is 200622844 (or equivalent, 52D-852-1), with a National Stock Number of 1710-00-438-9231. The contractor must furnish all parts, equipment, material, and labor, ensuring the reel plates meet specific technical information, applicable codes, specifications, and industry/federal standards, including detailed drawings (Drawing 200622844). Specific finishing requirements include Dark Green Epoxy Primer (MIL-PRF-23377K) and High Gloss Green Paint (MIL-PRF-85285).
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: Delivery is required within 180 calendar days from the Date of Award.
- Delivery Location: AFCEC EAST OPERATIONS, TYNDALL AFB, FL.
- FOB: Destination.
- Item Unique Identification and Valuation: The item is subject to IUID requirements.
Submission & Evaluation
Offerors must submit quotes in two volumes: Volume 1 (Price) and Volume 2 (Technical). Volume 1 requires proposed pricing for CLIN 0001, including unit price and all transportation/delivery charges. Volume 2 (limited to 7 pages) must include a Technical Approach and a First Article Test (FAT) Process. Contractors without existing FAT approval or who haven't furnished production units within the last three years must complete FAT, adhering to strict specifications and submitting the first article for conformity check. Evaluation will be based on Price and Technical factors, with the Government seeking the best value. Technical evaluation will assess the offeror's understanding of fabrication capabilities and the FAT process.
Key Dates
- Questions Due: February 23, 2026, at 01:00 P.M. CST
- Quotes Due: March 6, 2026, at 01:00 P.M. CST
Contact Information
- Contract Specialist: SSgt Tyler Smith (tyler.smith.113@us.af.mil)
- Contracting Officer: SrA Ryan Crisostomo (ryan.crisostomo.1@us.af.mil)