Rubber Goods Tester
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, 436th Contracting Squadron, Dover AFB, DE, has issued a Notice of Intent to Award a Sole Source Contract for Rubber Goods Tester services. The intent is to award a firm-fixed definitive contract to The Hannon Company (a Large Business, OEM of the equipment) for specialized maintenance, repair, testing, calibration, and training services for a Hanco Rubber Goods Tester, model GT504, at Dover AFB. This notice is not a solicitation, but responses from other interested parties are requested to determine if future competitive procurement is in the Government's best interest. Responses are due May 4, 2026, by 12:00 PM EST.
Purpose & Scope of Work
The requirement is for comprehensive services for a Hanco Rubber Goods Tester, model GT504, serial number B13002, located at Dover AFB. Key services include:
- Testing and calibration to original factory specifications.
- Performing necessary maintenance and repairs, with detailed estimates requiring approval.
- Providing on-site training for up to 20 government personnel on safe operation and maintenance.
- Supplying original test and calibration results, along with certificates for trained personnel.
Contract Details
- Intended Awardee: The Hannon Company (OEM)
- Contract Type: Firm-Fixed Definitive Contract
- Set-Aside: Sole Source
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Size Standard: $12.5 Million
- Statutory Authority: 10 U.S. Code 3204 (a)(1), as implemented by RFO 6.103-1(b), supported by an approved Single Source Justification.
- Justification: The Hannon Company possesses exclusive knowledge of the equipment's proprietary design, internal components, and performance parameters, and is the only source capable of providing integral on-site training.
- Anticipated Award Date: On or before June 1, 2026.
Performance Standards & Requirements
Work must adhere to OSHA safety standards, federal, state, and local regulations for waste removal, and Air Force records management. Contractor personnel must comply with base security measures, including photo identification, background checks, Antiterrorism Awareness Level I training, and specific installation access/flight-line driving procedures. Normal work hours are 7:30 AM to 4:30 PM, Monday through Friday, with provisions for emergency service calls requiring a 4-hour response and 24-hour assessment/repair.
Response Information
- Type: Notice of Intent (not a solicitation).
- Submission: Written responses providing clear and concise documentation of capability to provide these services.
- Email Responses To:
binod.pathak.1@us.af.milanddimas.bernacchia.2@us.af.mil. - Response Deadline: May 4, 2026, by 12:00 PM EST.
- Note: Information submitted will be considered solely for determining if competitive procurement is in the Government's best interest and must be furnished at no cost or obligation.