USAFA Sources Sought: Aircraft Static Display Washing
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 United States Air Force Academy (USAFA) History Office (HO) is conducting a Sources Sought for Aircraft Static Display Washing Services at USAF Academy, CO. This is for market research to identify capable sources for a contemplated 5-year Firm-Fixed Price Blanket Purchase Agreement (BPA). Responses are due February 16, 2026, by 2:00 PM MDT.
Scope of Work
The requirement involves providing all personnel, equipment, materials, supervision, and services necessary for washing static display aircraft. Key tasks include:
- Removal of loose residue, bird feces, oils, and debris.
- Cleaning and rinsing to USAF Academy standards, including lights, aircraft signage, and benches.
- Use of high-pressure water for B-52, T-38, and A-10, and low-pressure for other aircraft. Lifts may be required for tall aircraft like the B-52 (estimated 50 ft tail height).
- Application of Arrow Magnolia CD-3340 Fleet Wash and Corrosion X aviation corrosion inhibitor for protection and appearance.
- Repair of any damage incurred during washing prior to payment. The services will cover 11 aircraft types: A-10, B-52, F-4, F-15, F-16, F-100, F-105, T-38, T-41, HH-3E, and SV5J.
Contract Details
- Type: Sources Sought (market research only; not an RFQ).
- Contemplated Contract: 5-year Firm-Fixed Price Blanket Purchase Agreement (BPA).
- NAICS Code: 488190 (Aircraft Manufacturing), with a $40 Million size standard. Other NAICS suggestions are welcome.
- Set-Aside: None specified (market research to determine potential set-asides).
- Place of Performance: USAF Academy, CO 80840.
Submission Requirements
Interested firms must submit a capabilities package (not exceeding 5 pages) by February 16, 2026, 2:00 PM MDT. Submissions must be emailed to Mikayla Brandt (mikayla.brandt@us.af.mil) and Ken Helgeson (kenneth.helgeson.3@us.af.mil). Telephone responses are not accepted. The package should include:
- Unique Entity Identification (UEI), CAGE Code, and SAM expiration date.
- Explicit demonstration of company capabilities, including commercial sales examples and product specifications.
- Indication of manufacturer or supplier status, including the name and size of the manufacturer if applicable.
- Status as a foreign-owned/controlled firm and any contemplated use of foreign national employees.
- Disclosure if proposed products are used, reconditioned, remanufactured, or former Government property.
- Delineation of teaming/subcontracting arrangements, including anticipated percentage of effort and business size of subcontractors.
- Company's business size (annual revenues, employee size) and socio-economic status (e.g., 8(a), SDVOSB, HUBZone, WOSB, VOSB, Small Business).
Additional Notes
This notice is for planning purposes only and does not constitute a commitment by the Government. The Government will not pay for information submitted. All contractors must be registered in SAM.gov. Future information will be posted on SAM.gov.