Ultrasonic Washer
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the 177th Aircraft Maintenance Squadron (AMXS) Weapons Flight, is soliciting quotes for the purchase of one Ultrasonic Parts Washer. This equipment is essential for cleaning components during maintenance on the MAU-12 Bomb Rack, TER-9A Triple Ejector Rack, and M61A1 Vulcan Cannon Gun System at Egg Harbor Township, NJ. This is a 100% Total Small Business Set-Aside. Quotes are due by March 20, 2026, at 4:00 PM EST.
Scope of Work
The requirement is for a single Ultrasonic Parts Washer with specific technical characteristics. Key features include:
- A single-tank system capable of automated cleaning, rinsing, and drying within a contained chamber.
- Cleaning space dimensions of 28" long, 26" wide, and 10" tall.
- Must perform both spray and ultrasonic cleaning.
- Constructed from Stainless Steel.
- Capable of heating to 160°F for cleaning and 200°F for drying.
- Includes a safety shut-off for low water and a smart controller interface.
- Electronic components must have NEMA protective connectors and water-safe wiring.
- Delivery is required 36 weeks after contract award, FOB Destination to 177FW, Bldg 52, 400 Langley Road, Egg Harbor Township, NJ 08234.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quote - RFQ)
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333310 (Size Standard: 1,000 employees)
- Response Due: March 20, 2026, 4:00 PM EST
- Questions Due: March 6, 2026, 12:00 PM (Noon) EST
- Anticipated Award: One (1) award will be made.
Submission Requirements
Quotes must be submitted via email to 177fw.contracting.org@us.af.mil and include:
- Pricing information.
- Technical specifications of the proposed product, sufficient to demonstrate compliance with Section 2.0 requirements (e.g., product literature, datasheets). If offering an "or equal" product, a side-by-side comparison chart detailing how it meets or exceeds each salient characteristic is mandatory.
- Confirmation of the required 36-week delivery schedule.
- Company Name, Address, CAGE Code, and UEI. All interested parties must be registered as a small business under NAICS 333310 in SAM.gov.
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors. The evaluation will focus on:
- Technical Capability: Assessment of the supplies offered to meet the requirements outlined in Section 2.0.
- Price: Evaluation for fairness, reasonableness, and balance. Unbalanced or unrealistically low prices may lead to rejection. The Government may award to other than the lowest-priced offer, utilizing FAR Part 13 evaluation procedures.
Additional Notes
This solicitation incorporates FAR and DFARS clauses by reference and full text, including FAR 52.219-14 (Limitations on Subcontracting) and DFARS 252.232-7006 (Wide Area WorkFlow Payment Instructions). Bidders should review these clauses for contractual obligations, particularly regarding subcontracting percentages and electronic invoicing via WAWF.