Soldering and Fume Extraction Equipment and Facility and Supply Items - Travis AFB, CA
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 the 60 CONS LGC office at Travis AFB, CA, is soliciting quotations for Soldering and Fume Extraction Equipment and Facility and Supply Items. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The equipment is required for the 60 MXS/AFREP to repair aircraft components and maintain a safe, organized, and operationally ready work environment. Quotations are due by March 31, 2026, at 12:00 PM PST.
Scope of Work
The contractor shall provide specific soldering and fume extraction equipment, including ARM-EVAC 250 units and PACE PRC2000 Soldering Workstations (or equivalent), along with 23 individual facility and supply items from Uline Inc. (or equivalent). All equipment and items must be new, not refurbished, and sourced from authorized distributors, matching technical specifications and part numbers detailed in the Statement of Work (SOW). These items are essential for repairing aircraft components across all three aircraft systems at Travis AFB.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Anticipated Award Date: On or about April 10, 2026
- Period for Acceptance of Offers: 60 calendar days from the receipt date
- RFQ Response Deadline: March 31, 2026, 12:00 PM PST
- Questions Deadline: March 24, 2026, 4:30 PM PST
- Published Date: March 17, 2026
- Delivery: Consolidated Tool Kits within 60 days after contract award to 360 Ragsdale St, Building 804, Travis AFB, CA 94535.
Submission & Evaluation
Offers must be submitted electronically via email to both primary and secondary Points of Contact. Evaluation will be based on Price (fair and reasonable) and Technical Capability. The government intends to award to the responsible offeror whose quotation provides the best value, considering fair and reasonable price, meeting or exceeding technical requirements, and satisfactory or above past performance.
Key Requirements & Documents
- Contractor Responsibility: Bidders must demonstrate financial resources, ability to meet delivery, satisfactory past performance (or capability statement for new entrants), business integrity, adequate organizational structure, and production capabilities, as detailed in the "Contractor Responsibility Verification" document (FAR 9.103, 9.104).
- Provisions and Clauses: Review the "Provisions and Clauses" document for applicable FAR and DFARS requirements, including SAM registration, small business subcontracting, cybersecurity (NIST SP 800-171), Buy American, and other regulatory obligations.
- Travis AFB Security: For any on-site work or delivery requiring base access, contractors must adhere to the "TAFB Security Requirements" document, which outlines identity proofing, vetting (NCIC/CLETS), acceptable identification, base access disqualifiers, and procedures for obtaining base passes and Restricted Area Badges (RABs).
Points of Contact
- Primary: Shepard Hicks (shepard.hicks@us.af.mil, 707-424-7753)
- Secondary: Mr. Vitaliy Kim (vitaliy.kim.1@us.af.mil, 707-424-7740)