Skip to content
Department of Defense

EOD Trailers RFI

Solicitation: FA8051-EOD-Trailers
Notice ID: fa68b64155b149c58f550001c87eda77
TypeSources SoughtNAICS 336212PSC2330Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateFLPostedFeb 20, 2026, 12:00 AM UTCDueMar 09, 2026, 10:00 PM UTCCloses in 15 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Mar 09, 2026. Industry: NAICS 336212 • PSC 2330.

Market snapshot

Awarded-market signal for NAICS 336212 (last 12 months), benchmarked to sector 33.

12-month awarded value
$3,261,151
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$2,772,235
P10–P90
$2,772,235$2,772,235
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($3,261,151)
Deal sizing
$2,772,235 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 FL
Live POP
Place of performance
Panama City, Florida • 32404 United States
State: FL
Contracting office
Tyndall Afb, FL • 32403-5322 USA

Point of Contact

Name
Chaston Waller
Email
chaston.waller@us.af.mil
Phone
Not available
Name
David Woodford
Email
david.woodford.2@us.af.mil
Phone
8502836942

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AF INSTALLATION & MISSION SUPPORT CENTER • FA8051 772 ESS PKD
Contracting Office Address
Tyndall Afb, FL
32403-5322 USA

More in NAICS 336212

Description

  1. REQUEST FOR INFORMATION (RFI) ONLY

 This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation; the U.S. Government is conducting market research. In addition, the Government is requesting any feedback or comments on the Government’s requirements. This RFI does not constitute a Request for Quote (RFQ) or Request for Proposal (RFP) or a promise to issue one in the future. Further, the Air Force is not, at this time, seeking proposals, and will not accept unsolicited proposals.

Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.

The Government’s explicit intent, in this request for information, is to not receive from respondents any proprietary data, trade secrets, business sensitive information, or information considered CONFIDENTIAL under 18 U.S.C. §1905. The Government’s constraint does not in any way relieve contractors from their responsibility to properly mark proprietary data when it is provided, nor does it alleviate any requirement for the Government to protect marked data. The Government is not obligated to protect unmarked data. The information provided in this RFI is subject to change and is not binding on the Government.

 In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Those who respond to this RFI should not anticipate feedback concerning their submission. All submissions will become the property of the Government and will not be returned. Responding to the RFI is completely voluntary and will not enhance or adversely affect responses to any resulting solicitation if such solicitation is issued at a later date. There is no competitive advantage gained by any of the respondents to this RFI

     1. PURPOSE

The Air Force has a need for 7’ x 20’ long enclosed trailers to support the installation Explosive Ordnance Disposal (EOD) emergency response and Defense Support of Civil Authorities (DSCA) missions at specific bases across the Air Force (see EOD Response Trailer Fielding Locations attachment for details – subject to change). These trailers will haul all required, full-spectrum equipment to defeat explosive threats from conventional, radiological, biological, and chemical explosives, with equipment such as robotic platforms, aircraft tools, recon items, energetic tools, Self-Contained Breathing Apparatus, X-Ray systems, and other specialized equipment. It is expected to safely traverse at recommended posted speed; all normal highways, roadways and improved/unimproved (gravel or dirt) roads as well as off-road surfaces such as flat grass, dirt, sand and rock. Once on site, these trailers will serve as the EOD Response climate-controlled (HVAC) Workspace, and power as required to conduct operations. The trailers must meet or exceed the minimum characteristics stated in the statement of work.

  1. RESPONSE

The Government appreciates responses from all capable and qualified sources. Responders are requested to describe in clear and concise language their company's capabilities to meet the requirements of this RFI - indicating examples of commercial products and specifications related to this effort. Failure to provide this may result in the government being unable to adequately assess your capabilities. If your company lacks sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities to perform that portion of the requirement (i.e., teaming, subcontracting, clearances, etc…).

Included in your response, please provide the following business information for your company/institution and for any teaming or joint venture partners:

  1. Company/Institute Name

b. Address

c. Business size (Large or Small), Socio-Economic Status (i.e., 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, Woman-Owned Small Business, etc.) and associated NAICS code under which the company conducts business

 d. Any existing federal contract vehicles and/or schedule that the solution is currently being procured through and its related information that the company has in place that can be used by the federal government for ALL services requested. (i.e., GSA Schedule, etc.),

e. Point of Contact (Name(s), phone number(s), email address(es))

 f. Active CAGE Code

g. SAM Unique Entity ID (UEI) 

h. Company Overview

i. Capabilities Statement

j. Does your company manufacture this type of equipment?

k. Is your company a reseller of this type of equipment manufactured by a different company?

l. Are there other NAICS codes that you believe would be a better fit for this requirement?

Please indicate whether your company has conducted business with any Government entity in the past for the same or similar type product. If so, please indicate with which components and please provide a detailed description of the equipment/services that were provided.

The Government reserves the right to hold one-on-one meetings as a result of responses received from this RFI as part of its market research. Meetings may be held with vendors who provide comprehensive responses to the questions posed. Only one submission will be reviewed per vendor for this RFI.

Only electronic submissions will be accepted. Your response must be delivered - via email - to Mr. David Woodford, Contracting Officer, and Chaston Waller, Contracting Officer, by the response due date below.

 Responses are due no later than 1700 EST on 09 March 2026.

 Primary Point of Contact: David Woodford, Contracting Officer, david.woodford.2@us.af.mil  

Secondary Point of Contact: Chaston Waller, Contracting Officer,

chaston.waller@us.af.mil 

ATTACHMENTS:

  1. EOD Trailer SOW-Enterprise Updated Spec 19 Feb 26
  2. Trailer Fielding – Base name with Zip Codes

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.