- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Wash Rack Refurbishment and Preventative Maintenance
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Apr 14, 2026. Industry: NAICS 488190 • PSC J015.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 26 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 488190
Description
This solicaition has posted calling for the repair and refurbishment of the currently installed custom built aircraft wash rack foaming system and 12 months of preventative maintenance. Please see RFQ FA466126Q0020 and it's attachment for all information and requirements related to this solicitation.
QUOTE SUBMISSION INFORMATION: E-mail is the required method for offer submission. The Contracting Specialist or Officer will send a confirmation email once your quote is received. If you do not receive a confirmation email, the Government did not receive your quote. Your offer shall include but is not limited to the following:
1. Complete (must be signed) Page 2 of RFQ (or contractor equivalent*)
2. The contractor shall provide a technical solution/approach which address the minimum task outline within the
Performance Work Statement (PWS).
3. A schedule/period of performance must be stated.
4. All Standard Commercial Warranties.
* The offeror is not required to use Page 2 of this RFQ; however, if you choose not to use it, all of the information on Page 2 must be included in your offer.
Site Visit: A voluntary site visit for this requirement shall be held on 3 April 2026 at 10:00AM.
Interested vendors are to RSVP with akeno.jackson@us.af.mil. The contract specialist will meet all prospective offerors at the Dyess AFB, TX Visitor Control Center on 3 April 2026 at 09:00AM
Deadline for questions pertaining to this solicitation: Please submit questions to the email addresses: akeno.jackson@us.af.mil and bennie.simmons@us.af.mil, NLT 7 April 2026, 11:00 a.m. (CDT).
An amendment will be issued to answer all questions received.
Deadline for receipt of offers: All quotes pertaining to this solicitation shall be sent to the email addresses: akeno.jackson@us.af.mil and bennie.simmons@us.af.mil, NLT 14 Apr 2026, 11:00 a.m. (CDT).
EVALUATION OF OFFERS: The evaluation for this acquisition will be based on best value of items that are found to be technically acceptable. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement.
The specific list of evaluation factors in the order that shall be prioritized is listed below:
- Schedule (Period of Performance)
- Technical Solution/Approach
- Price
Offerors must submit sufficient descriptive data to validate each line item proposed meets the work outlined within the PWS. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, all state and local taxes, overhead, and profit.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.