VERTICAL WIND TUNNEL FACILITY SERVICES
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 NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH) is soliciting proposals for Vertical Wind Tunnel (VWT) Facility Services to support Explosive Ordnance Disposal (EOD) personnel. This Total Small Business Set-Aside opportunity will result in a Firm-Fixed-Price (FFP) purchase order. The contractor must provide a VWT facility and qualified personnel within a 30-mile radius of EOD Training and Evaluation Unit ONE (TEU-1) in San Diego, CA. Quotes are due by March 12, 2026.
Scope of Work
The contractor will provide comprehensive VWT facility services, including:
- Facility: One VWT with a minimum 14-foot diameter, capable of supporting 400 pounds, for 60 hours per 12-month period.
- Personnel: Two qualified VWT Operators/Instructors (IBA Level I certified) and two or more Level 2 IBA Coaches.
- Equipment & Support: All necessary VWT equipment, safety gear, two team rooms for debriefing, and two or more fixed-position cameras for recording training flights.
- Safety: Establish and follow a comprehensive safety and emergency action plan.
- Location: Contractor's facility must be within a 30-mile radius of EOD TEU-1 in San Diego, CA 92147.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 611699 (All Other Miscellaneous Schools and Instruction) with a $16.5 million small business size standard.
- Period of Performance: A 12-month base period (June 1, 2026 - May 31, 2027) with two 12-month option periods.
- Applicable Regulations: Incorporates FAR and DFARS clauses, including those related to covered defense telecommunications equipment and Wide Area WorkFlow (WAWF) payment instructions.
Submission & Evaluation
- Questions Due: March 4, 2026, 9:00 AM HST, via email to rachel.m.tamashiro.civ@us.navy.mil.
- Quotes Due: March 12, 2026, 1:00 AM UTC.
- Submission Requirements: Complete unit and total extended prices for CLINs 0001, 1001, and 2001, along with a valid vendor quote demonstrating capability.
- Evaluation Criteria: Award will be made to the responsible Quoter whose quote is most advantageous to the Government, considering technical acceptability, price fair and reasonableness, and past performance.
- Eligibility: Quoters must be registered in the System for Award Management (SAM).
Quality Assurance
A Quality Assurance Surveillance Plan (QASP) details the Government's evaluation methods, including performance standards, Acceptable Quality Levels (AQLs), and surveillance techniques (e.g., COR Inspection, Periodic Inspection). Bidders should review the QASP to understand performance expectations.