Aircraft Painting - Piper Warrior Aircraft
ID: FA283525R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the painting of two Piper Warrior aircraft owned by the Hanscom Aero Club. The contractor will be responsible for conducting inspections, paint stripping, and repainting the aircraft in compliance with FAA regulations, with a project timeline of 45-60 working days upon delivery. This procurement is crucial for maintaining the operational readiness and safety of the Air Force's aviation assets. Proposals are due by April 7, 2025, and must be submitted via email to the designated contacts, with the contract anticipated to be a Firm Fixed Price arrangement funded through non-appropriated funds.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines various clauses pertinent to government contracts, focusing on regulatory compliance and ethical standards for contractors. It emphasizes definitions related to gratuities, contingent fees, anti-kickback procedures, and whistleblower protections, ensuring contractors understand the implications of unfair practices. Key clauses highlight the consequences of offering gratuities for contract benefits, warranting severe penalties and the potential termination of contracts. Contractors must uphold a covenant against contingent fees, detailing the acceptable standards of hiring practices and prohibiting improper influence in federal procurement. The document also addresses safeguarding covered contractor information systems, notifying contractors of their obligations to maintain ethical practices and prevent personal conflicts of interest. Additional requirements pertain to maintaining accurate records and compliance with federal regulations through obligatory updates within specified timings. Overall, this comprehensive guideline serves to uphold integrity throughout government contracting processes, ensuring responsible and ethical conduct while clearly delineating the expectations for all involved parties in the structure of federal, state, and local RFPs and grants. It ultimately seeks to minimize fraud and ensure equitable treatment in government procurement.
    The document outlines contract clauses and general provisions applicable to contractors under the Nonappropriated Fund Instrumentality (NAFI), detailing compliance requirements for federal contracting. Key clauses include mandates for prominently displaying fraud hotline posters, stipulations for liquidated damages due to delays, and equal opportunity employment obligations, particularly pertaining to veterans and individuals with disabilities. Moreover, it emphasizes adherence to the Buy American Act, requiring the use of domestic construction materials unless exceptions are justified. The contractor is responsible for maintaining compliance throughout the contract, including ethical practices regarding bribery and gratuities, and must manage project designs within specified funding limitations. Additionally, the document incorporates standards for inspections, contractor responsibilities, payment procedures, and handling disputes. It highlights the government’s rights to terminate contracts for cause and outlines the process for invoices and reporting requirements. Overall, the document serves as a comprehensive guideline for contractors ensuring they meet federal acquisition standards and legal obligations in their operations.
    The Department of the Air Force is issuing a Request for Proposal (RFP) for the painting of two Piper Warrior aircraft, specifically models N8137Q and N43128. Interested contractors must follow the attached Statement of Work (SOW) and adhere to the provided instructions for proposal preparation. Technical inquiries should be directed to designated officials, with proposals required to be valid for 90 days post-submission. The anticipated contract type is Firm Fixed Price, and work is expected to be completed within 60 days of the aircraft's delivery to the painting contractor. Proposals are due by April 7, 2025, and should be emailed to the specified points of contact. The evaluation for contract selection will use a "best value" criterion, with non-appropriated funds for financing. It is important to note that awards will only be made once funding is secured, and the government may cancel the solicitation without obligation to reimburse proposal costs. This RFP reflects the Air Force's commitment to proper maintenance and care of its aerospace assets, ensuring operational readiness and safety.
    The government document outlines a solicitation for services related to the painting of Piper Warrior aircraft, specifically targeting Women-Owned Small Businesses (WOSB). It includes administrative details such as contract requisition and award numbers, contact information for inquiries, and submission instructions. The solicitation specifies that it is an unrestricted procurement under the North American Industry Classification System (NAICS) with a defined delivery period of 60 calendar days from the notice to proceed. Two items are detailed in the proposal: the painting of one unit each of two Piper Warrior aircraft, with a firm fixed price arrangement. Acceptance and inspection criteria are indicated, along with requirements for attachments including statements of work and clauses governing the procurement. The document emphasizes compliance with federal acquisition regulations and mandates the contractor to return signed copies to the issuing office. Overall, this solicitation aims to support small business participation and enhance services within government projects, reflecting federal efforts to engage economically disadvantaged groups in government contracting.
    The Statement of Work outlines the requirements for the inspection, paint stripping, and repainting of two Piper Warrior aircraft owned by the Hanscom Aero Club. The contractor is responsible for conducting initial inspections, preparing the aircraft by removing controls, applying non-corrosive chemical strippers, and repainting them using specified materials and colors. Weight and balance checks will be included at no additional cost, and the contractor must ensure all work complies with FAA regulations. The project timeline is set for 45-60 working days upon aircraft delivery, while change orders must be formally documented. The contractor can subcontract work but remains responsible for its execution. Insurance coverage of at least $1 million is mandated for any liabilities during the project. The aircraft will be piloted to the contractor’s location for service, and costs associated with pilot travel will be assessed based on effectiveness. Key contacts include Rodmen Scott Hill for maintenance and Elizabeth Settipani-Rufo for contract queries. This document serves as a formal request for proposals, guiding contractor selection and ensuring compliance with aviation safety and operational standards for federal projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FA8604, MQ9 Fuselage and Wings/Tails Trailer Paint Services
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking proposals for painting services for fuselage and wings/tails parts and assemblies related to MQ9 trailer production. The procurement aims to secure a Firm Fixed Price contract for commercial painting services, adhering to military standards for quality and safety, including specific coatings and pretreatment processes to ensure durability against corrosion and wear. This initiative is crucial for maintaining robust supply chains within the defense sector, supporting the operational readiness of the Air Force. Interested small businesses must submit their proposals by 3:00 PM EST on March 20, 2025, to Emily A. Gomez and Andrew Petersen via email, ensuring compliance with all specified requirements and guidelines outlined in the solicitation documents.
    Static Aircraft Display Restoration - F100D
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the restoration of a static F100D aircraft display at RAF Lakenheath, Suffolk, United Kingdom. The project involves comprehensive cleaning, repairing, and repainting of the aircraft, which has not undergone professional restoration since 2015, and aims to preserve military history while ensuring compliance with U.S. and U.K. regulations. This initiative underscores the importance of maintaining historical displays on military installations, with a firm-fixed-price contract expected to commence on May 15, 2025, and conclude on May 14, 2026. Interested contractors must submit their quotations by March 21, 2025, and direct any inquiries to A1C Maxim Popov at maxim.popov@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    F100-PW-220 Sprayring Manifold Assemblies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, as outlined in the solicitation FA812124R0019. This procurement involves multiple ordering periods with firm fixed prices for specified quantities of manifold assemblies, along with detailed data requirements and provisions for additional work. The initiative is crucial for maintaining and managing essential aircraft parts, ensuring efficient operational readiness for the Air Force. Interested contractors must submit their proposals by the new deadline of March 31, 2025, and can direct inquiries to William Heckenkemper at william.heckenkemper@us.af.mil or Savannah Mincey at savannah.mincey@us.af.mil.
    FY25 Paint and Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Paint and Rubber Removal project at McConnell Air Force Base in Kansas. This procurement involves the comprehensive removal of rubber deposits and repainting of airfield markings, with specific tasks outlined in a detailed bid schedule that includes various options for additional work across multiple airfield locations. The project is critical for maintaining airfield safety and operational effectiveness, ensuring compliance with federal standards and regulations. Interested contractors must submit their sealed bids by March 24, 2025, and are encouraged to participate in a site visit scheduled for March 6, 2025. For further inquiries, potential bidders can contact SRA Junious Buchanan at junious.buchanan@us.af.mil or Jada Davis at jada.davis.3@us.af.mil.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) countries by ensuring the maintenance and operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and acceptance of various components. The contract emphasizes compliance with federal acquisition regulations and includes specific requirements for Technical Data Packages (TDPs) and performance evaluations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of March 21, 2025, at 1400 MST. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    Cleaning Laser Ablation Depaint System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Cleaning Laser Ablation Depaint System (CL2000) for the Warner Robins Air Logistics Complex in Georgia. The procurement involves the delivery, installation, and training for two CL2000 systems, which are intended to replace existing media blasting processes that pose safety and environmental risks. This initiative is crucial for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should reach out to Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, with proposals due by March 14, 2025, following an amendment to the solicitation.
    CY25 Air Show - Aircraft for Static Display
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of static display aircraft for the CY25 Air Show at Kirtland Air Force Base in New Mexico, scheduled from May 30 to June 1, 2025. The primary requirement includes one B-17, one B-25, and one TBM Avenger, with optional displays for a C-47 and an A-26, each to be quoted as separate line items. This procurement aims to enhance public engagement and promote military aviation heritage during the air show, reflecting the government's commitment to community involvement through military events. Quotes are due by March 21, 2025, and interested vendors should contact SrA Derick Jones at derick.jones.2@us.af.mil or Dakota Powell at dakota.powell@us.af.mil for further details, noting that funding availability will influence contract awards.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of existing pavement markings and the application of new striping over an area exceeding 290,000 square feet, with a goal of achieving 85% rubber removal in designated runway areas while ensuring the airfield remains operational throughout the work phases scheduled for spring and fall of 2025. This initiative is critical for maintaining airfield safety and functionality, adhering to FAA standards, and requires contractors to have experience in airfield operations and compliance with stringent security measures. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil, with the project budget estimated between $250,000 and $500,000.
    Overhaul the UH-1N Main Rotor Hub Assembly
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for a three-year Firm Fixed Price contract to overhaul the Main Rotor Hub Assembly for the UH-1N helicopter. This procurement aims to ensure the operational readiness and safety of the aircraft, which plays a vital role in various military missions, including emergency evacuations and national security operations. Interested contractors must adhere to stringent quality assurance standards, including compliance with ISO 9001-2015, and are required to submit their proposals by March 28, 2025, at 4:30 PM. For further inquiries, potential offerors can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at Jessica.cobb.3@us.af.mil.
    Paint Spray Booth
    Buyer not available
    The Department of Defense, through the Air Force 301st Operational Contracting Flight, is seeking quotations for a Paint Spray Booth to be delivered to Naval Air Station Joint Reserve Base (JRB) in Fort Worth, Texas. The procurement includes one unit of a specified model or an equivalent, along with installation and training services, under a competitive 100% Small Business Set-Aside. This equipment is crucial for maintaining safety and efficiency in painting operations at the facility, ensuring compliance with environmental standards. Interested vendors must submit their quotes by April 10, 2025, and are encouraged to direct any inquiries to Contracting Officer Nicholas Fyffe or Contract Administrator Lydia Carlton via email, with all submissions requiring an active SAM.gov profile for consideration.