Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2026 SAM #8832
SOURCES SOUGHT

J -- USAFA Sources Sought: Aircraft Static Display Washing

Notice Date
1/29/2026 3:04:58 PM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700026SS001
 
Response Due
2/16/2026 1:00:00 PM
 
Archive Date
03/03/2026
 
Point of Contact
Mikayla Brandt, Phone: 7193336636, Kenneth Helgeson, Phone: 7193385503
 
E-Mail Address
mikayla.brandt@us.af.mil, kenneth.helgeson.3@us.af.mil
(mikayla.brandt@us.af.mil, kenneth.helgeson.3@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing the information provided to the Government. The North American Industry Classification System (NAICS) Code proposed is 488190. The size standard is $40 Million. The government may consider other NAICS suggestions that may fit the requirement more appropriately. The requirement is to provide personnel, equipment, materials, supervision, and other items and services necessary to provide aircraft static display washing services for the United States Air Force Academy (USAFA) History Office (HO). Washing requirements include but are not limited to, removal of all loose residue, to include bird feces and residual oils, debris or other items which would be accomplished in conjunction with cleaning and wash/rinse to comply with USAF Academy requirements and standards of quality. Lights, aircraft signage, and benches (where applicable) and surrounding area will be cleaned as part of the tasking. High pressure water may be used on the B-52, T-38, and A-10 only due to the height of the aircraft/ The use of lifts may be required to accomplish a complete wash (the estimated tail height of the B-52 is 50 feet 0 Inches). The other aircraft will be washed with low pressure water only. All aircraft will have liquid wax applied to provide long-lasting protection and to enhance the appearance of all surfaces during each cleaning. Any damage to aircraft while washing needs to be addressed and repaired prior to payment. All aircraft will be washed with Arrow Magnolia CD-3340 Fleet Wash and treated with Corrosion X, and aviation corrosion inhibitor for long term protection. The contract type being contemplated, 5-year blanket purchase agreement that is firm-fixed price. The table below contains a list of the aircraft requiring washing on an intermittent basis: Aircraft A-10 Warthog B-52 Stratofortress F-4 Phantom F-15 Eagle F-16 Fighting Falcon F-100 Super Saber F-105 Thunder Chief T-38 Talon T-41 Cessna HH-3E Helicopter SV5J Lifting Body Delivery is FOB: Destination to USAF Academy, CO 80840. Capabilities package instructions: Include your Unique Entity Identification (UEI), CAGE Code, and System for Award Management (SAM) expiration date. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales and product specifications related to this effort. Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees in this effort. Indicate if ANY of the products or supplies proposed are used, reconditioned, remanufactured, or are unused surplus former Government property. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Contractor is required to provide all management and labor required for the completion of the services as referenced above. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Email your responses to Mikayla Brandt, Contract Specialist, at mikayla.brandt@us.af.mil AND Ken Helgeson, Contracting Officer, at kenneth.helgeson.3@us.af.mil Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 16 FEB 2026 at 2:00PM MDT Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran owned small business, or small business) anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, may be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0fb6624f727c44d283120cf754caf692/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN07701491-F 20260131/260129230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.