Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Aircraft Washing and Anti-Intrusion Proofing

Active
W9124G-26-R-AXXXFederal
AI Contract Overview
Show more

The Mission Installation Contracting Command at Fort Rucker, Alabama, is seeking a contractor to provide non-personal services for static military aircraft washing and anti-intrusion proofing at the U.S. Army Aviation Museum. The contract covers maintenance for six static aircraft located on the Fort Rucker base. This requirement is structured as a Firm Fixed Price contract and is set aside exclusively for small businesses under NAICS code 488190. The solicitation is open for responses until March 2, 2026, and is managed by the Department of Defense office at Fort Rucker. The contract is being competed as a 100% Small Business Set Aside, ensuring opportunities for eligible small business entities. The scope of work includes detailed performance requirements, with attachments providing specific guidelines and instructions related to aircraft washing and proofing. Interested parties can direct inquiries to the primary point of contact, Jeanellia Payne, and access the solicitation and additional information through the SAM.gov workspace link provided by the agency. The place of performance for all contract activities will be Fort Rucker, Alabama.

General Info

Contract for small businesses to wash and proof six static aircraft at Fort Rucker, firm fixed price.

Agency

Department Of Defense → W6QM Micc-ft Rucker

View Agency

NAICS

488190 - Other Support Activities for Air Transportation

View NAICS

Place of Performance

Fort Rucker, AL, 36362, USA

Set-Aside

SBA
Documents(5)

Combined Synopsis/Solicitation for Static Military Aircraft Washing at Fort Rucker RFQ W9124G26XWASH

PDF29 pagesrfq

Performance Work Statement for Static Military Aircraft Washing and Anti-Intrusion Proofing Services

PDF14 pagessow

Solicitation Questions for Static Aircraft Washing 02.27.26

PDF25 pagesq-and-a

RFQ W9124G26XWASH Static Military Aircraft Washing Service at Fort Rucker

PDF29 pagesrfq

Static Military Aircraft Washing and Anti-Intrusion Proofing PWS Amendment 02.27.26

PDF14 pagespws

AI Contract Breakdown
Uniform Contract Format

Sign up to view the full breakdown with detailed analysis of each section.

Timeline
1 update
PhaseCombined Synopsis
Posted

Combined Synopsis

Amendment 1

Contract was updated

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → W6QM Micc-ft Rucker
Contacts1 person available
OfficeFORT RUCKER, AL, 36362, USA
Organization / Agency
Department Of Defense → W6QM Micc-ft Rucker
View Agency Profile
Office Address

FORT RUCKER, AL, 36362, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

UPDATE: Questions and Answers posted as Attachment 3. Responses extended to 4 March 2026.


The Mission Installation Contracting Command at Fort Rucker, AL requires the following services: The U.S Army Aviation Museum requires a non-personal service contract to perform static military aircraft washing and anti-intrusion proofing. There are currently 6 static aircrafts located around the Fort Rucker base that are included in this requirement. See Attachment_1 Performance Work Statement and See Attachment 2_Combined Synopsis Solicitation 1_Washing for more details. This requirement is being competed as a Firm Fixed Price 100% Small Business Set Aside with no specific categories, under NAICS code 488190 and PSC J015.

Similar Contracts

NAICS: 488190
New
Federal

STOP LIGHT-TAILLIGH

This contract, identified by solicitation number SPE4A7-26-T-031P, involves the procurement of 100 units of a stop light-taillight assembly with the National Stock Number 6220-12-151-4411. The delivery is required within 20 days, FOB origin, with strict packaging, marking, and shipping requirements in accordance with military standards such as MIL-STD-2073-1E for packaging and MIL-STD-129 for marking. The contract incorporates Defense Logistics Agency (DLA) packaging requirements and relevant technical and quality standards as outlined in the DLA Master List of Technical and Quality Requirements. The inspection and acceptance points are both at origin, with no quantity variance permitted. The items are destined for the Lithuanian Armed Forces’ logistics support company depot storage service located in Kaunas, Lithuania. Shipping is coordinated through DSV Air & Sea Inc. in Carteret, NJ, using specified freight forwarder codes. The contract emphasizes adherence to Defense Federal Acquisition Regulations and includes clearance for handling covered defense information. The government contact for this solicitation is Denise Prince from the Defense Logistics Agency, responsible for managing procurement under the Department of Defense’s Air and Space Command Supplier Operations division. The original required delivery date is March 4, 2026, with the solicitation posted on March 1, 2026, and a response deadline of March 9, 2026.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

about 11 hours ago

DEADLINE

in 8 days

View Details
NAICS: 488190
New
Federal

SWAGING, TOOL, BEARIN

This contract involves the procurement of five swaging tools, specifically bearing swaging tools, identified by the National Stock Number 5120-01-520-5984 and part number RST3003. The contract is issued by the Department of Defense’s ASC Commodities Division under solicitation number SPE4A6-26-T-762Z, with a delivery requirement of 170 days after order acknowledgment and a preferred delivery date of July 31, 2026. The items are commercial off-the-shelf (COTS) and must meet specified technical and quality requirements as incorporated from the DLA Master List, including packaging and marking standards in accordance with MIL-STD-2073-1E and MIL-STD-129, respectively. The delivery and inspection points are designated at the destination, specifically the DLA Distribution Center in Tracy, California. Packaging must comply with DLA packaging requirements and the contract specifies no variance in quantity, underscoring the expectation for exact fulfillment. The contract emphasizes adherence to identified quality, technical, and packaging standards, with instructions for shipment and appropriate address details for receiving at the designated government warehouse. The contract includes provisions for removal of government identification from non-accepted supplies and indicates that shipping terms are FOB origin. The primary contact for this contract is a government representative, ensuring coordination on technical, logistical, or contractual issues.

ASC COMMODITIES DIVISION

POSTED

2 days ago

DEADLINE

in 3 days

View Details
NAICS: 488190
New
Federal

BRACKET, B2 REV 2, AI

This contract covers the procurement of 117 units of the BRACKET, B2 REV 2, AI, identified by NSN 6340-01-525-3472, with a delivery timeline of 171 days from the date of award. The items must comply with specified technical and quality requirements referenced from the DLA Master List, as well as adhere to packaging and labeling standards in accordance with ASTM D3951 and MIL-STD-129, with particular attention to DLA packaging protocols. The contract strictly prohibits the intentional use or contact with mercury or mercury-containing compounds in the hardware supplied, except for specific functional uses as outlined. Sampling and inspection methods are governed by MIL-STD-1916 or ASQ H1331, with defined acceptance quality levels to ensure product conformity. The shipment is to be delivered FOB Origin to DLA Distribution at Cherry Point, North Carolina, with inspection and acceptance to be carried out at the destination. Additionally, the contract incorporates cybersecurity requirements mandating a Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment. Physical identification and marking of bare items are also specified to meet DLA standards. The contracting agency is the Department of Defense, specifically the ASC Commodities Division, with contact provided for coordination. Delivery preparation includes palletization consistent with contract packaging requirements, and transportation follows DLA directives. The solicitation and award control revisions of quality and technical documentation, ensuring compliance with the master list effective at the time of solicitation or award.

ASC COMMODITIES DIVISION

POSTED

2 days ago

DEADLINE

in 3 days

View Details