Boeing 737-400 Aircraft Heavy Maintenance C-Check
Combined Synopsis Solicitation from US MARSHALS SERVICE • JUSTICE, DEPARTMENT OF. Place of performance: United States. Response deadline: Mar 02, 2026. Industry: NAICS 488190 • PSC J015.
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.
Point of Contact
Agency & Office
More in NAICS 488190
Description
The issuing office is US Marshals Service Justice Prisoner & Air Transportation System (JPATS) FSD, 1251 Briarcliff Parkway, Suite 300, Kansas City, MO 64116 (15M300)
This is a combined synopsis/solicitation for commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06, effective 10/01/2025.
Solicitation number 15M30026QA3700012 is issued as a request for quote (RFQ), for Boeing 737-400 heavy maintenance check. The government intends to award a single Firm Fixed-Price (FFP) contract resulting from this solicitation.
This RFQ shall be issued as Unrestricted. The associated North American Industry Classification system (NAICS) code is 488190 and the business size standard is $40,000,000.
This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text provisions and clauses may be accessed electronically at www.acquisition.gov.
Line Items:
0001 ROUTINE – see the attached for details
0002 NONROUTINE - see the attached for details
The description of the requirement:
- Heavy Maintenance Check (Monthly Check, 1A, 2A, 1C, 2C, 3C, and 6C) on a U.S. Marshals Service owned Boeing 737-400 aircraft MSN 26279/registration number N279AD, Oklahoma City, OK 73159.
The magnitude of this project is estimated to be between $500,000 and $1,000,000.
Delivery/Period of Performance: All work is to be completed within 45 days (20 July 2026 approximate) from the date of induction which is 5 June 2026. JPATS will deliver the aircraft to the maintenance location. Acceptance will occur at the maintenance location.
Quotes/offers are due no later than 1:00 p.m. 2 March 2026. The final date to submit questions is 12 February 2026/1:00 p.m.
Questions should be addressed in writing via email to Sheila Nimrod, Contracting Officer Sheila.nimrod@usdoj.gov Please include the solicitation number in the subject line of all electronic correspondence.
All quotes/offers shall be submitted via e-mail to: Sheila.nimrod@usdoj.gov. Please include the solicitation number in all electronic correspondence. Mail-in copies will not be accepted.
The Government reserves the right to cancel this combined synopsis\solicitation.
RFO FAR 52.212.1 Instructions to Offerors - Commercial does apply to this acquisition with addenda to the provision.
The contractor will provide all labor, equipment, supplies, and supervision necessary to achieve the stated outcomes. The aircraft maintenance and logistics efforts associated with this work must be adequately planned, staffed, and supervised by the Contractor to ensure all work schedules and maintenance activities are optimized.
All work will be performed in accordance with the respective performance work statement (PWS).
In accordance with RFO FAR Part 12.203 the basis for award will be the offer that is determined to be responsible, the most advantageous, providing the best value after considering (1) price (2) technical (3) past performance. “Offerors shall provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements of the RFQ based on an assessment of relevant experience and past performance from the contractor.”
JPATS will evaluate offers in accordance with evaluation factors identified in RFO FAR 52.212-2, in order to select the offer that is most advantageous to the government, price and other factors considered.
1. Technical
i. Capability Certificate(s) 14 CFR Part 145 Repair Station, and Limited Rating to maintain the Boeing 737-400 aircraft, located within the continental U.S.
ii. Related Experience (Must clearly demonstrate similar performance of requested
services in size, scope, and complexity over the past 5 years)
iii. Delivery Schedule (Must provide a workflow schedule to clearly demonstrate the
aircraft will be delivered 45 days from induction date
2. Past Performance
3. Price
Delivery: Requiring activity will deliver the aircraft to the contractor’s repair facility.
RFO FAR 52.212-4, Contract Terms and Conditions- Commercial Items, does apply to this acquisition with no addenda to the provision.
Offerors interested in responding to this combined synopsis/solicitation must submit their quotation on the attached synopsis\solicitation.
System for Award Management (SAM)
In accordance with RFO FAR 52.204-7: The Offeror shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer or quotation in response to this solicitation and at the time of award.
Contractor must have an “Active” registration in System for Award Management (SAM) to be considered for award. To obtain information on SAM or to register with SAM visit the web site at: https://www.sam.gov.
SAM.GOV REGISTRATION IS FREE OF CHARGE
If you have questions about Federal Government procurements in general or need assistance in the preparation of your proposal/quote, a local APEX Accelerator, formerly known as Procurement Technical Assistance Program (PTAP) may be able to help.
The PTAP/APEX Accelerators was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Federal Government marketplace. To locate an APEX Accelerator near you, go to https://www.aptac-us.org/contracting-assistance/ . THIS IS A FREE SERVICE BY A NON PROFIT PAID FOR BY THE US GOVERNMENT:
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.