Tools and Parts Attendants
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 Tools and Parts Attendants to support the 402d Maintenance Support Group (MXSG) at Robins Air Force Base, Georgia. This is a Firm Fixed-Price (FFP), 8(a) competitive set-aside requirement. The proposal due date has been extended to February 11, 2026, at 4:00 PM EST.
Scope of Work
The contractor shall provide all labor and technical services for maintaining tools and parts, and managing materials for the Master Tool Crib in Building 301 at Robins AFB. This requirement is for 10 Full-Time Equivalent (FTE) Tool & Parts Attendants and 1 FTE Supervisor. Key duties include storing, issuing, managing, and disposing of common hand tools using the Facilities and Equipment Maintenance System (FEMS), inspecting incoming shipments, managing storage, supporting inventories, operating tracking equipment, performing minor tool repair, and processing toolboxes. A 90% monthly average completion rate for toolbox production with no quality defects is a key performance metric. Staffing must be maintained at no less than 80% each month. Work hours are typically Monday through Friday, 0600-1430.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: Base Period (June 1, 2026 – May 31, 2027) with four option years, extending through May 31, 2031.
- Set-Aside: 8(a) Competitive Set-Aside. Offerors must be currently certified in the SBA 8(a) program at the time of submission and award.
- Follow-on: This is a follow-on service to contract FA8571-21-D-0009.
- NAICS Code: 561210 (Facilities Support Services), Size Standard $45 million.
- Place of Performance: Warner Robins Air Logistic Complex, Building 301, Robins Air Force Base, Georgia.
Key Requirements & Deliverables
Bidders must adhere to comprehensive Industrial Safety and Health Requirements (Appendix C) and submit a detailed Safety and Health Plan (CDRL A003). All contractor personnel working on Robins AFB must complete initial Environmental Management System (EMS) and Energy Management System (EnMS) Awareness Training, with status reports required (CDRL A001, A002). Compliance with FAR and DFARS clauses, including those related to small business status, supply chain security, and ethical conduct, is mandatory. An Accident/Incident Report (CDRL A004) is also required. The contractor must comply with the Service Contract Act Wage Determination.
Submission & Evaluation
- Proposals Due: February 11, 2026, at 4:00 PM EST.
- Submission Method: Email quotes to the Contract Specialist or Contracting Officer.
- Evaluation: Award will be made to the responsible offeror whose offer, conforming to the solicitation, is the lowest price.
- Quote Validity: Quotes shall be valid for 30 days after the response due date.
- Contact: Primary: Gwendalh Sealey (gwendalh.sealey@us.af.mil, 730-327-5581). Secondary: Claudette Macneil (claudette.macneil@us.af.mil, 730-327-1100).