Safety Valve Maintenance
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 soliciting proposals for Safety Valve Maintenance and Repair services at Wright-Patterson Air Force Base, OH. This is a Firm Fixed-Price contract for commercial items, designated as a Mission-Essential Function and Essential Contractor Service. The acquisition is unrestricted, and proposals are due by 1:00 PM EDT on April 22, 2026.
Scope of Work
The contractor will provide all management, tools, supplies, equipment, parts, and labor to inspect, maintain, and repair all safety and relief valves for boilers at Wright-Patterson AFB. This includes sealing pressure vessel openings, removing valves, repairing/overhauling, setting, testing, and reinstalling them within specified timelines (2 weeks for removal, 4 weeks for reinstallation during outages). Work must comply with ASME code, Federal, State, and American Standard Safety Codes, and require a Certificate of Authorization (VR Stamp) in the National Board Valve Repair Program. Specific valve locations and specifications are detailed in Appendix A of the PWS.
Contract Details
- Contract Type: Firm Fixed-Price
- Period of Performance:
- Base Period: June 12, 2026, to May 31, 2027
- Option Period 1: June 1, 2027, to May 31, 2028
- Option Period 2: June 1, 2028, to May 31, 2029
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Set-Aside: None (Unrestricted)
- Product Service Code: J048 (Maintenance, Repair And Rebuilding Of Equipment: Valves)
- Place of Performance: Wright-Patterson AFB, OH 45433
Evaluation Factors
Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process. Proposals will be evaluated on Technical Capability and Price. Technical acceptability is a prerequisite, and tradeoffs between price and non-price factors are not permitted. The Government reserves the right to award without discussions.
Technical Capability will be rated Acceptable or Unacceptable based on:
- Quality Control Plan (QCP): Compliance with PWS Paragraph 6.1.
- Inspection Reports: Compliance with PWS Paragraph 3.1, including written repair estimates.
- Prior Experience: Proof of at least two relevant contracts performed within five years of the solicitation issue date.
Price proposals will be evaluated for completeness, unbalanced pricing, fair and reasonableness, and Total Evaluated Price (TEP), which includes base and option periods, plus a potential six-month extension.
Submission Requirements
- Proposal Due Date: April 22, 2026, at 1:00 PM EDT.
- Submission Method: Electronic via email to edward.huchison@us.af.mil.
- Email Subject Line: "Synopsitation FA860126R0003 Safety Valve Maintenance."
- Email Size Limit: Single email not exceeding 15 MB, including attachments.
- Allowed Attachments: .pdf, .doc, .docx, .xls, or .xlsx. Compressed files (.zip, .exe) are not permitted.
- Proposal Format: Two separate volumes:
- Volume I: Technical Capability Proposal (70-page maximum, Times New Roman 10-point font, 1-inch margins).
- Volume II: Price & Offer Documentation (50-page maximum). Pricing must be on the SF1449 and, if applicable, a separate pricing attachment (Attachment 5 - Bid Sheet) in both PDF and Excel formats.
- Questions Due: April 15, 2026, at 1:00 PM EDT, via email to Edward Huchison.
- Offer Validity: Offers must remain firm for 180 days after the closing date.
Special Notes
CLINs 0006, 1006, and 2006 pricing should be $1.00, representing budgeted funding. The reference to "Attachment 5" in the pricing section of the Additional Instructions to Offerors is an error; pricing should be filled on the SF1449.