Soldering and Fume Extraction Equipment and Facility and Supply Items
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 60th Contracting Squadron at Travis AFB, CA is conducting a Sources Sought to identify capable businesses, particularly small businesses, for Soldering and Fume Extraction Equipment and Facility and Supply Items. These items are required by 60 MXS/AFREP to repair aircraft components for all three aircraft systems located at Travis AFB. This is a Total Small Business Set-Aside for market research purposes only. Responses are due by January 28, 2026, at 1:00 PM Pacific Time.
Requirement Details
The requirement is for brand name or equivalent items that must match technical specifications outlined in the Statement of Need (SON). The items are essential for ensuring a safe, organized, and operationally ready work environment for electronics and avionics component repair operations. Key items include:
- Soldering and Fume Extraction Equipment:
- Quantity 3: ARM-EVAC 250 with 4' hose (Pace 8889-0355-P1) or equivalent, meeting specific voltage, dimension, noise, and power requirements.
- Quantity 2: PACE PRC2000 Soldering Workstations (Pace 8007-0132) or equivalent, with specified temperature range, lead-free compatibility, air flow, dimensions, and included handpieces.
- All equipment must be new, suitable for electronics soldering, compatible with Air Force procedures, and sourced from Test Equity or an equivalent authorized distributor.
- Facility and Supply Items:
- Quantity 23 line items from Uline Inc. or brand equivalent, as detailed in Exhibit 1 of the SON.
- Items must be new, unused, and match specified part numbers and quantities, sourced from Uline Inc. or an authorized distributor.
Performance & Delivery
All equipment and supplies must be new and unused, meeting specified technical specifications and part numbers. Consolidated Tool Kits are to be delivered within 60 days after contract award to 360 Ragsdale St, ATTN: SSgt Aaron Heckman, Building 804, Travis AFB, CA 94535. Manufacturer’s standard warranty is required for all items.
Purpose & Response
This is an informational Sources Sought to determine the availability of businesses, including various small business subsets (Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman Owned Small Business). It is not a Request for Quote (RFQ) and does not commit the Government to a contract. The Air Force is not seeking proposals and will not accept unsolicited ones. Responders will not be reimbursed for costs incurred. Not responding does not preclude participation in any future RFQ.
Responses must include:
- Business name and address
- Name of company representative and their business title
- Business Size and Type of Small Business (if applicable)
- CAGE Code
- DUNS Number
- NAICS applicable to the service
- Brief capabilities package demonstrating ability to perform the required services
Contract & Timeline
- Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: January 28, 2026, 1:00 PM Pacific Time
- Published: January 14, 2026
Contacts
Responses should be sent via email to A1C Shepard Hicks (shepard.hicks@us.af.mil) and Mr. Vitaliy Kim (vitaliy.kim.1@us.af.mil).