Skip to content
Department of Defense

633 LRS Vehicle corrosion control and repair

Solicitation: FA480026Q0017
Notice ID: baab8043148b4210bab5e1913beb13ae
TypeSolicitationNAICS 811121PSCJ023DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateVAPostedFeb 04, 2026, 12:00 AM UTCDueFeb 19, 2026, 07:00 PM UTCExpired

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 19, 2026. Industry: NAICS 811121 • PSC J023.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$964,691,384
Sector total $964,691,384 • Share 100.0%
Live
Median
$107,325
P10–P90
$28,414$4,168,590
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($964,691,384)
Deal sizing
$107,325 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Grassy Creek, Virginia • United States
State: VA
Contracting office
Langley Afb, VA • 23665 USA

Point of Contact

Name
Nathan Palmer
Email
nathan.palmer.11@us.af.mil
Phone
7577642920
Name
Brittney Osborne
Email
brittney.osborne@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4800 633 CONS PKP
Contracting Office Address
Langley Afb, VA
23665 USA

More in NAICS 811121

Description

633 LRS Vehicle corrosion control and repair

Combined Synopsis/Solicitation FA480026Q0017

IAW FAR 12.603

Requirement Title: 633 LRS Vehicle corrosion control and repair

Solicitation Number: FA480026Q0017

North American Industry Classification System Code (NAICS): 811121 – Automotive Body, Paint, and Interior Repair and Maintenance

Size Standard: N/A

Set-Aside: In accordance with FAR 19.000(b)(1)(ii) no set-aside will be used for this requirement.

Solicitation Date: 30 January 2026

Response Deadline: 19 February 2026 no later than 2:00 P.M. GMT

Point(s) of Contact:     Nathan Palmer / nathan.palmer.11@us.af.mil / 757-764-2920

SrA Brittney Osborne / brittney.osborne@us.af.mil / 757-764-3576

A. General Information

1. This is a combined synopsis/solicitation for commercial items prepared in accordance with

(IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

2. This solicitation is issued as a Request for Quote (RFQ) IAW FAR Parts 12 and 13.

3. The solicitation document and incorporated provisions and clauses are those in effect through:

      Federal Acquisition Circular:           FAC 2025-06

      Defense Federal Acquisition Regulation Supplement:           DFARS Change 11/10/2025

      Department of the Air Force Federal Acquisition Regulation Supplement:     DAFAC 2024-0612

B. Requirement Information

Description: The 633 Logistics Readiness Squadron (LRS) has a requirement This requirement is for the establishment of a vehicle paint and corrosion control blanket purchase agreement (BPA). Determining factors for the chosen vendors shall be the comparison of price lists and current average of market rates, active SAM profiles (and vendor eligibility to participate under the chosen NAICS code and small business size standard), past performance, and proximity to the Joint Base Langley Eustis locations where the services shall be performed (20 miles and under).

Place of Delivery/Performance/Acceptance/FOB Point:

F.O.B. Destination; Joint Base Langley-Eustis

Period of Performance: 1 April 2026 – 30 March 2027

Line Item

Description

Quantity

Unit of Measure

See Attachment 2; Exhibits A – E (Pricing Schedule)

NOTICE TO OFFEROR(S)/SUPPLIER(S): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror/quoter for any costs.

C. Instructions to Offerors

FAR provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein:

Instructions to Quoters—Commercial Items

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition—

(1)Is set aside for small business and has a value above the simplified acquisition threshold;

(2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or

(3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.

(b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of quotations;

(3) The name, address, and telephone number of the quoter;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) "Remit to" address, if different than mailing address;

(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 365 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.

(e) Multiple offers. Quoters are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotations submitted will be evaluated separately.

(f) Late submissions.

(1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.

(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the quotation would not unduly delay the

(3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(g) Contract award. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter’s initial quotation should contain the quoter’s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.

(i) Availability of requirements documents cited in the solicitation.

(1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101–29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil.

(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision.

(2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil.

(3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by—

(i) Using the ASSIST feedback module ( https://assist.dla.mil/​feedback); or

(ii) Contacting the Defense Standardization Program Office by telephone at 571–767–6688 or email at assisthelp@dla.mil.

(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.

(j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart  32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.

(k) [Reserved]

(l) Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on award(s) resulting from this solicitation from the Contracting Officer.

D. Evaluation Criteria

FAR Provision 52.212-2, Evaluation – Commercial Product and Commercial Services, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and herby amends any language therein:

a. Basis for Contract Award: Best Value. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, considering the factors listed in this provision.

1. In accordance with FAR 13.106-2, the Government will utilize comparative evaluations, and give preliminary consideration to all offers received in response to this solicitation. The Government will identify from all evaluated quotes, readily discernible value indicators that fall within the parameters of price, and technical capability. Therefore, the Government reserves the right to select an awardee that provides benefit to the Government that exceeds the minimum outlined standards but is not obligated to do so. Additionally, the Government is not bound to select an awardee whose quote may exceed the minimum requirement, but whose additional value or benefit is not deemed substantial enough by the Government evaluation team. The Government has a preference for a 5,000-gallon SCAT meeting all specifications in the SOR and delivery/installation timeframes. If offers are received which meet all required specifications and the delivery timeframes, they will be considered for technical evaluation and award prior to consideration of offers exceeding 5,000-gallons while still remaining under the 8,000-gallon maximum capacity requirement.

2. The Government award decision is not limited to the quote that only meets the minimum described in the technical factor and provides the lowest price. However, if no quotes received in response to the solicitation exceed the minimum criteria outlined in this provision, as determined by the Government evaluation team; then the Government intends to award a contract to the lowest priced offer that meets the instructions outlined in 52.212-1, and the minimum requirements outlined in this provision. Whose price can be determined both "fair and reasonable" and "realistic" by the Contracting Officer.

3. The Government intends to make an award without conducting exchanges with vendors after the close of the solicitation. Therefore, vendors should provide their best available pricing and technical quotes to the Government in their initial quote. However, the Government reserves the right to enter into exchanges with all, some, or none of the offers at any time during the evaluation period if deemed in the best interests of the Government to do so.

b. Evaluation Factors: The following factors shall be used to evaluate quotes:

1. Price: At minimum; the vendor must provide pricing in accordance with the instructions outlined in 52.212-1. The vendor that provides the lowest price that can be determined both "fair and reasonable" and "realistic" by the Contracting Officer may be given additional consideration for awardee selection. However, the Government is under no obligation to do so.

During the evaluation process the Contracting Officer will determine a "Total Evaluated Price" (TEP) for each responsive quote. The TEP is determined by totaling the amount of all line items identified in the offerors’ quote.

For the purposes of this evaluation, a price deemed too high while conducting the evaluation of the quote in accordance with FAR 13.106-3 are not considered "fair and reasonable".

For the purposes of this evaluation, a vendors quote that is not consistent with market pricing may reflect a lack of understanding of the contract requirement, or displays an undue risk inherent in the vendors approach may not be considered "realistic" unless the vendor can provide documentation showing their ability provide or meet the requirement.

2. Technical Capability: At a minimum, the vendor shall demonstrate the capability to provide vehicle corrosion control, body repair, and OEM-equivalent refinishing services in accordance with the Statement of Work (SOW). The vendor must describe the processes, materials, equipment, facility capabilities, and technical procedures used for corrosion removal, surface preparation, component removal and reinstallation, blasting/sanding, priming, coating application, curing, finishing, and decal/striping removal and application, and how these methods meet coating manufacturer technical data requirements, OEM color matching standards, specified primer and topcoat film thickness ranges, and surface defect prevention requirements. The vendor shall address quality control procedures ensuring finish uniformity, color consistency, proper curing, and absence of defects such as runs, sags, solvent pop, overspray, pinholes, and contamination, as well as the ability to measure and verify coating film thickness. The submission shall also demonstrate environmental and safety compliance (EPA, OSHA, hazardous material handling, spill response, and waste management) and the ability to safeguard government property while vehicles are in contractor custody. Substantial benefits to the Government, as determined by the Government evaluation team, may receive additional consideration but the Government is under no obligation to do so; examples include enhanced quality assurance measures, faster turnaround times, advanced corrosion mitigation methods, improved environmental controls, or expanded facility capacity.

c. Options. Options are not applicable to this acquisition.

d. A written notice of award, mailed or otherwise furnished to the successful vendor within the time for acceptance outlined in 52.212-1 shall result in a binding contract without further action by either party. Before the quotes specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are exchanges after its receipt, unless a written notice of withdrawal is received before award.

End of Addendum

E. Clauses and Provisions

FAR Provision 52.212-3 with Alternate I, Offeror Representations and Certifications – Commercial Products and Commercial Services, applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at www.SAM.gov, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.

FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services applies to this acquisition.

Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services applies to this acquisition and is included in Attachment 3 – Applicable Clauses and Provisions. 

The additional provisions and clauses that have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices can be found in Attachment 3 – Applicable Clauses and Provisions.

F. Attachments

Attachment 1 – Statement of Work

Attachment 2 – Applicable Clauses and Provisions.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.