Aircraft Painting - Two 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
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the painting of two Piper Warrior aircraft at Hanscom Air Force Base in Massachusetts. The project requires contractors to follow the detailed Statement of Work, which includes inspection, paint stripping, and repainting using specified materials, while ensuring compliance with FAA regulations. This procurement is crucial for maintaining the operational readiness and safety of the Air Force's aerospace assets. Proposals are due by April 7, 2025, and must be submitted via email to the designated contacts, with the anticipated contract type being Firm Fixed Price and a completion timeline of 60 days from aircraft delivery.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 8:06 PM UTC
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.
Mar 19, 2025, 8:06 PM UTC
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.
Mar 19, 2025, 8:06 PM UTC
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.
Mar 19, 2025, 8:06 PM UTC
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.
Mar 19, 2025, 8:06 PM UTC
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.
Mar 19, 2025, 8:06 PM UTC
The RFI for the Piper Warrior Aircraft contract (FA283525R0007) addresses two main inquiries from potential contractors. First, it notes the absence of referenced pictures that are supposed to depict the required paint scheme and lettering for the aircraft. It seeks clarification on whether these images can be provided. Secondly, it clarifies the financial responsibility for the transportation of the pilot delivering the aircraft, stating that these costs have already been included in the Independent Government Cost Estimate (IGCE) for the paint job. This document serves as an essential communication tool to ensure understanding of project requirements and contractual obligations among bidding contractors within the context of government procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
57 MXG Paint Booth Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance for the paint booths, ensuring they maintain a minimum operational rate of 96%. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, at 10:00 AM Pacific Time, and interested vendors should direct inquiries to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
Room 122 Bldg. 229C Wall Repair & Repaint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for wall repair and repainting services in Room 122 of Building 229C at Warner Robins Air Force Base. The project entails preparing and painting approximately 4,240 square feet of wall space, including columns and two doors, with a focus on compliance with safety and environmental regulations. This procurement is significant for maintaining the operational integrity of the facility and ensuring a safe working environment. Interested vendors, particularly Women-Owned Small Businesses (WOSBs), must submit their quotes by April 30, 2025, to Adam Hudson at adam.hudson.4@us.af.mil, with the contract valued at $45 million and following Simplified Acquisition Procedures.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with a focus on competitive pricing as the primary evaluation factor. This procurement is crucial for maintaining the operational readiness of aircraft engines, as these assemblies are integral components of the engine fuel system. The response deadline for proposals has been extended to April 30, 2025, and interested parties should direct inquiries to William Heckenkemper or Savannah Mincey via their respective emails. Compliance with the Statement of Work and accurate pricing submissions are essential for consideration in this contract opportunity.
AC-130 Aircraft Restoration Services
Buyer not available
The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking qualified small businesses to provide restoration services for AC-130U and AC-130H aircraft at Hurlburt Field, Florida. The primary objective of this Sources Sought Announcement is to gather information on potential contractors' capabilities related to aircraft restoration, including disassembly, corrosion treatment, sheet metal repair, and compliance with safety and environmental regulations. This initiative is crucial for preserving military history and ensuring adherence to quality management systems while maintaining regulatory compliance. Interested parties must submit their responses, limited to three pages, by April 28, 2025, and can direct inquiries to A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
Paint Spray Booth
Buyer not available
The Department of Defense, through the Air Force 301st Operational Contracting Flight at Naval Air Station Fort Worth JRB, Texas, is seeking quotations for a Paint Spray Booth, including installation and training services. The procurement is a competitive, 100% Small Business Set-Aside under NAICS code 423830, aimed at acquiring one unit of a specified brand or equal product to enhance operational capabilities at the facility. This solicitation emphasizes compliance with safety and environmental standards, requiring vendors to provide detailed technical specifications and adhere to federal regulations. Interested parties must submit their quotes by April 10, 2025, and direct any inquiries to Contracting Officer Nicholas Fyffe at nicholas.fyffe.4@us.af.mil or Contract Administrator Lydia Carlton at lydia.carlton@us.af.mil.
Sandblasting and Painting Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide sandblasting and painting services for vehicles and Aerospace Ground Equipment (AGE) at Seymour Johnson Air Force Base in North Carolina. The procurement aims to ensure high-quality maintenance and repainting services, requiring the contractor to supply all necessary labor, tools, and materials while adhering to safety regulations and OEM standards. This opportunity is particularly important for maintaining operational readiness and compliance with government specifications for vehicle and equipment management. Interested parties should direct inquiries to Alison Gandulla at alison.gandulla@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, with the understanding that this is a Sources Sought notice for planning and market research purposes only, and not a request for quotes.
Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on base-wide painting and CRU flooring at Davis-Monthan Air Force Base (AFB) in Tucson, Arizona. Contractors are required to provide all necessary resources, including labor, materials, and equipment, to fulfill individual task orders as specified in the Statement of Work dated March 12, 2025. This project, which falls under NAICS code 238320, has a magnitude between $5 million and $10 million and is set aside for 8(a) small businesses, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for April 23, 2025, with proposals due by May 9, 2025. For further inquiries, contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Karl Knott at karl.knott@us.af.mil.
Handheld Cleaning Laser Depaint Ablation System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential contractors for a Handheld Cleaning Laser Depaint Ablation System. This procurement aims to find sources with the necessary repair data, expertise, and capabilities to meet qualification requirements for this commercial item, which is crucial for aircraft maintenance and repair. Contractors will be responsible for supplying all materials, support equipment, and services, as well as maintaining and calibrating their equipment to ensure optimal functionality. Interested parties must submit their responses by April 25, 2025, to the designated contacts, Natalie Roberson and Claudette Macneil, via their provided email addresses, as participation does not guarantee future contract awards and expenses will not be reimbursed.
183 CES Paint Munitions Buildings 143 & 154
Buyer not available
The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
C-130 Wheel Well Blast Booth/Paint Booth
Buyer not available
The Department of Defense, through the Fleet Readiness Center, is seeking qualified contractors to design, manufacture, deliver, and test mobile blast and paint booths specifically for C-130 aircraft wheel wells. The procurement aims to integrate critical systems that ensure environmental safety and compliance, featuring airtight designs with recovery systems for paint and debris, as well as facilities for surface preparation and application. These booths are essential for maintaining high-quality standards in aircraft maintenance while adhering to safety and environmental protocols. Interested parties must submit their capabilities by April 25, 2025, to Jeffrey Smith at jeffrey.t.smith6.civ@us.navy.mil, with responses limited to ten pages and no funding available for response preparation.