Wash Rack Refurbishment and Preventative Maintenance
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 Wash Rack Refurbishment and Preventative Maintenance at Dyess Air Force Base, TX. This opportunity, a Total Small Business Set-Aside, seeks a contractor to repair and refurbish a custom-built aircraft wash rack foaming system and provide 12 months of preventative maintenance. Proposals are due April 20, 2026, at 11:00 a.m. (CDT).
Scope of Work
The primary objective is the repair and refurbishment of an EST Companies LLC Foaming System (Part # 25175HWF3X5) used for aircraft washing and corrosion prevention. Key components requiring refurbishment or replacement include:
- Ten (10) Stainless Steel Hose Reel Stands with electric rewind reels.
- Five (5) 4X Revere Stainless-Steel Remote-Control Panels.
- Three (3) Revere Hot Water Wash Systems (including burner coils, plumbing, and controls).
- Three (3) Revere Foamer Systems (including pumps, flow regulators, and plumbing).
- Revere Wash System Controls and Integration.
- A new 15hp screw air compressor with a 120-gallon receiver tank.
Additional requirements include providing supervision, equipment, labor, and safety gear; a comprehensive work plan within 90 days; training for a minimum of three military personnel; and a 1-year commercial warranty. The contractor is also responsible for 12 monthly on-site preventative maintenance visits. On-site performance and repairs must be completed within 30 calendar days.
Clarifications from vendor questions indicate that hoses and nozzles require replacement, but main system and infrastructure piping do not. The system needs modification to use only Type 1 soap, and boiler coils require replacement.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: 7 EMS Corrosion Control Section, Hangar 4225, Dyess AFB, TX 79607.
- Period of Performance: Offeror to state, with a government desire for completion within 90 calendar days After Date of Contract (ADC).
- Voluntary Site Visits: A second site visit was held on April 10, 2026.
- Deadline for Questions: April 7, 2026, 11:00 a.m. (CDT).
- Proposal Due: April 20, 2026, 11:00 a.m. (CDT) (extended by Amendment 3).
- Published: March 27, 2026 (original), April 14, 2026 (latest amendment).
Submission & Evaluation
Offers must be submitted via email to akeno.jackson@us.af.mil and bennie.simmons@us.af.mil. Submissions must include a signed Page 2 of the RFQ (or equivalent), a technical solution/approach addressing the Performance Work Statement (PWS), a schedule/period of performance, and all standard commercial warranties.
Evaluation will be based on best value considering technical acceptability. Prioritized evaluation factors are: Schedule (Period of Performance), Technical Solution/Approach, and Price.
Additional Notes
Bidders must review the provided FAR Provisions and Clauses, the PWS, and SCA Wage Determinations for Texas (Callahan, Jones, and Taylor counties) to ensure compliance and accurate labor cost estimation.