Sonic Infrared Inspection System Station
SOL #: FA813226Q0009Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA8132 AFSC PZIMC
TINKER AFB, OK, 73145-3303, United States
Place of Performance
S Coffeyville, OK
NAICS
Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing (336415)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Maintenance And Repair Shop Equipment (J049)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Apr 6, 2026
2
Submission Deadline
May 1, 2026, 4:59 AM
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 FA8132 AFSC PZIMC, is soliciting proposals for a Firm Fixed Price (FFP) contract for the Preventative Maintenance and Remedial Maintenance (PM/RM) of the Sonic Infrared Inspection System Station at Tinker Air Force Base, Oklahoma. This acquisition is a 100% Small Business Set-aside. Proposals are due by April 30, 2026, 11:59 PM Central Daylight Standard Time.
Scope of Work
This contract requires comprehensive maintenance services for the Sonic Infrared Inspection System Station, including:
- Preventive Maintenance (PM): One annual, on-site PM for equipment listed in the Equipment List, as detailed in Section 1.3 of the Performance Work Statement (PWS).
- Remedial Maintenance (RM): On-site RM for equipment that is inoperative, operating abnormally, or has discrepancies found during PM. This includes repair with parts, materials, and labor to restore performance, requiring prior approval from the Contracting Officer (CO).
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP).
- Period of Performance: A Base Year (July 1, 2026 - June 30, 2027) with four Option Years. The Government may also exercise a six-month extension of services (FAR Clause 52.217-8). The total contract duration, including options, shall not exceed 60 months.
- Published Date: April 6, 2026.
- Submission Deadline: April 30, 2026, 11:59 PM Central Daylight Standard Time.
Eligibility & Evaluation
- Set-Aside: This is a 100% Small Business Set-aside. Large businesses are not eligible for award.
- NAICS Code: 336415, with a size standard of 1250 employees.
- Evaluation Factors: Award will be based on two factors: 1) Lowest Total Evaluated Price (TEP) and 2) Offeror capability and Special Qualifications (Pass/Fail). The TEP is calculated as the sum of all PM and RM CLINs for all years, plus a government-calculated six-month extension of services. Offerors should note that the TEP may be lower than the final contract price, which includes additional costs for labor, materials, and miscellaneous items.
Submission Details
- Submission Method: Quotes must be emailed to carol.castle@us.af.mil and patrick.campbell.13@us.af.mil.
- Quote Validity: Quotes must be valid for at least 90 days after submission.
- SAM Registration: Offerors must be registered in the System for Award Management (SAM) prior to quoting. Failure to be registered by the time of award will result in ineligibility.
- Shipping: FOB Destination (Tinker AFB, OK 73145). Shipping charges must be included in the quoted price.
- Payment Terms: Net 30 by default, via Wide Area Workflow (WAWF) after invoice submission and item acceptance.
Contact Information
For inquiries, contact Patrick Campbell at patrick.campbell.13@us.af.mil.
People
Points of Contact
Patrick CampbellPRIMARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 6, 2026