Explosive Ordnance Disposal (EOD) Response Trailers

Project ID: FA8051-26-R-0005 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyAir Force Installation Contracting Agency
Deadline06/08/26
Posted05/07/26
Estimated Value$400,000 - $1,200,000 (AI estimate)
Set AsideSBA
NAICS336212 - Truck Trailer Manufacturing
PSC2330 - Trailers
LocationTyndall AFB, FL 32403 United States
Description
Primary Latest Change

Summary

This is a combined synopsis/solicitation for commercial products prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The provisions at FAR 52.212-1 (Instructions to Offerors) and FAR 52.212-2 (Evaluation) applies to this acquisition. Additionally, this solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01.This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this posting for any amendments.

Questions Due

15 May 2026 by 1300 CDT

Proposals Due

08 June 2026 by 1300 CDT Please see attached Combined Synopsis/Solicitation and associated documents.

Summary (Newest Update)

Background The Air Force Civil Engineer Center is seeking proposals for the manufacturing and delivery of Explosive Ordnance Disposal (EOD) Response Trailers. This contract aims to provide specialized trailers designed for extreme environments and long-term durability, supporting the mission of the Air Force in managing ordnance disposal operations. Work Details The contract includes the following requirements for EOD Response Trailers: - **Technical Capability**: Proposals must demonstrate compliance with all physical, dimensional, and operational requirements specified in the Statement of Work (SOW). This includes: - A detailed Technical Approach Narrative describing the manufacturing process and facility. - Preliminary Computer-Aided Design (CAD) drawings and visual renderings of the trailer design. - A statement confirming understanding and compliance with SOW requirements. - **Warranty Plan**: A comprehensive warranty covering all components of the trailer must be provided, including: - Duration of Unified Coverage: Identification of warranty duration applicable to the entire trailer. - Exclusions and Limitations: Details on damages or use-cases not covered under warranty. - Warranty Execution and Support: Process for initiating claims, response times, and repair execution methods. - **Past Performance**: Offerors must submit information on recent contracts relevant to this solicitation, demonstrating experience in manufacturing ruggedized trailers. Each reference must include a description, performance data, and must meet recency (within five years) and relevancy criteria (similar scope/complexity). Place of Performance The geographic locations for delivery are specified in Attachment 1a: EOD Response Trailer Fielding Locations.

Contacts
Contact nameJustin Brown
Contact emailjustin.brown.109@us.af.mil
Contact phoneNone
Secondary contact nameJason Cronin
Secondary contact emailjason.cronin.2@us.af.mil
Secondary contact phoneNone
Same Region Opportunities