Awarded ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Static Display Aerospace Vehicles Cleaning, Painting, and Maintenance

DEPT OF DEFENSE FA301625Q6082
Total Obligated
$180,000
SAM.gov
Current Recipient
DLC AIRCRAFT PRESERVATION SERVICES, LLC Helotes TX 78023 USA
Jul 19, 2025
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide cleaning, painting, and maintenance services for nine Static Display Aerospace Vehicles (SDAV) at the USAF Airman Heritage Museum located in San Antonio, Texas. The procurement aims to restore and maintain these vehicles to their original appearance while preventing corrosion and deterioration, ensuring they reflect the historical significance of the U.S. Air Force. Interested vendors must participate in a mandatory site visit on June 3, 2025, and submit their quotations by June 12, 2025, adhering to the guidelines outlined in the Performance Work Statement. For further inquiries, potential bidders can contact Nancy Loughran at nancy.loughran@us.af.mil or Brianna McBride at brianna.mcbride@us.af.mil.

Classification Codes

NAICS Code
488190
Other Support Activities for Air Transportation
PSC Code
J015
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS

Solicitation Documents

8 Files
ATCH 4 Performance Work Statement SDAV FY25.pdf
PDF826 KBMay 8, 2025
AI Summary
The provided document is a protected PDF file, preventing direct access to its contents. Without the ability to read the file, no specific information, key ideas, or supporting details can be extracted regarding federal government RFPs, federal grants, or state and local RFPs. As a result, the summary cannot be generated based on the absence of accessible information. To proceed effectively, a different PDF reader compatible with the document protection is required to obtain the necessary content for analysis. Analyzing government RFPs and grants would typically involve identifying funding opportunities, eligibility criteria, application processes, and deadlines, but this cannot be addressed without access to the document's material. The essence and details of the intended messages remain inaccessible in the current format.
Performance Work Statement SDAV FY25_28 Apr25.pdf
PDF713 KBMay 8, 2025
AI Summary
The Performance Work Statement outlines a contract for the restoration and maintenance services of Static Display Aerospace Vehicles (SDAVs) at Joint Base San Antonio (JBSA) Lackland. The primary goal is to ensure that nine SDAVs accurately reflect the history and heritage of the U.S. Air Force while preventing deterioration through thorough cleaning, painting, and maintenance. The contractor is required to conduct inspections, document maintenance processes, take detailed photographs, and maintain compliance with various Air Force instructions and local regulations. The scope of work includes initial inspections, cleaning to remove contaminants, and appropriate corrosion control methods. Painting must adhere to specified color codes, ensure environmental safety by using low volatile organic compounds (VOCs), and include a warranty. The contractor is also responsible for any unscheduled maintenance, adhering to strict approval processes for costs exceeding $2,500. Security and safety protocols must be followed, including contractor personnel qualifications and compliance with environmental regulations. The document emphasizes professional conduct, management oversight, and a commitment to historical accuracy. The detailed appendices provide specifications and locations related to the SDAVs under this maintenance program.
Combined Synopsis Solicitation - FY25 SDAV Refurbishment_15 Apr ATCH 1-3.pdf
PDF632 KBJul 21, 2025
AI Summary
The document is a combined synopsis and solicitation (FA301625Q6082) for static display aerospace vehicles, focusing on restoration and maintenance services at the USAF Airman Heritage Museum. It is strictly a small business set-aside, encouraging competition among such businesses under NAICS code 488190. Interested vendors must submit their best quotes, as the government aims to reward a single contract based on low price, technical acceptability, and past performance evaluations. Key requirements include a mandatory site visit and detailed quotations that clearly demonstrate technical approaches to meeting the solicitation's Performance Work Statement (PWS). Quotations must adhere to specified formatting guidelines and are limited to ten pages. The evaluation process assesses technical proposals, pricing, and recent, relevant past performances of the bidding vendors. All proposals are due by June 12, 2025, with opportunities for vendors to ask questions leading up to this date. The document outlines the evaluation criteria, submission instructions, and essential provisions and clauses relevant to the solicitation, ensuring transparent procurement aligned with federal regulations. This solicitation reflects the government's commitment to engaging small businesses while upholding quality and performance standards in federal contracting.
ATCH 1 FY25 SDAV Industry Q and A.pdf
PDF127 KBJul 21, 2025
AI Summary
The document is a Q&A amendment regarding the FY25 SDAV (Static Display Aircraft Vehicle) maintenance contract. It addresses inquiries from potential contractors about the contract's details, which cover inspection, cleaning, painting, and unscheduled maintenance of nine SDAVs located at JBSA-Lackland. The previous contract was held by DLC Aircraft Preservation Services, LLC. Key points include the use of stencils and paints according to provided CMI packages, requirements for unscheduled maintenance not related to structural damage, and that washing is included under a specific line item for cleaning. The contract specifies the use of low VOC paints and mandates a protective coating process. Though there are no limits on crew size, members must undergo a vetting process for base access. This document is essential for ensuring that contractors understand the specific requirements and expectations for the project, promoting compliance with regulations while maintaining the aircraft as educational displays. Overall, this amendment serves as a guide for contractors to prepare competitive bids in response to the RFP while clarifying essential contract stipulations.
FY25 SDAV SF-30 0002.pdf
PDF600 KBJul 21, 2025
AI Summary
This document serves as an amendment to a solicitation, specifically Amendment 0002, aimed at addressing industry-generated questions related to an ongoing procurement process. It outlines the necessary procedures for acknowledgment of the amendment, emphasizing that offers must be received by the specified date and time to avoid rejection. The amendment details the identification codes, effective dates, and requisition numbers that pertain to the changes in the solicitation. Additionally, it clarifies that while contractors do not need to sign and return this document unless significant changes to their offers are made, they must communicate any adjustments in writing. The contracting points of contact are provided for further inquiries. Overall, this amendment is focused on enhancing clarity and ensuring compliance in the procurement process by addressing stakeholder questions, thereby facilitating a smoother bidding process. The issuing office and the specific federal contracting staffs are identified to guide participants through the solicitation amendment.
FY25 SDAV Amendment 0001.pdf
PDF599 KBJul 21, 2025
AI Summary
The document serves as an amendment to a solicitation or contract, mandating that offers acknowledge its receipt prior to a specified deadline to avoid rejection. It details the methods of acknowledgment, including providing a reference to the amendment and solicitation numbers through different means such as a completed form or electronic communication. The amendment includes an updated Performance Work Statement dated May 13, 2025, with changes highlighted in green. The document outlines key administrative details, including the contractor's identification, effective date, and descriptions of modifications, ensuring all terms from previous documents remain in effect unless specifically altered. It emphasizes that the contractor is not required to sign the amendment for solicitation acknowledgments. The primary focus is on ensuring compliance with procedural requirements in federal contracting, particularly concerning amendments and modifications in the context of government RFPs and grants. The contact information for the responsible contract specialists is provided for any inquiries.
ATCH 4 Performance Work Statement SDAV FY25 13 May 2025.pdf
PDF719 KBJul 21, 2025
AI Summary
The Performance Work Statement (PWS) outlines the restoration and maintenance services for Static Display Aerospace Vehicles (SDAV) at Joint Base San Antonio (JBSA) Lackland. The primary objective is to preserve nine SDAVs and related equipment, ensuring they accurately reflect U.S. Air Force history while preventing corrosion and deterioration that could compromise safety and display integrity. Key tasks for the contractor include conducting inspections, cleaning, and painting SDAVs to restore them to their original appearance. A detailed process is specified, including documentation of maintenance activities, taking photographs before and after work, and adhering to environmental standards. Unscheduled maintenance may also be performed as required. The contract stipulates strict adherence to operational hours, personnel qualifications, and security measures, ensuring that contractor employees do not pose safety risks. Furthermore, protocols for hazardous materials management and environmental protection must be followed to comply with local, state, and federal regulations. Overall, the document serves as a comprehensive guideline for ensuring the SDAVs are properly maintained and presented, reflecting the historical significance and educational mission of the USAF at JBSA Lackland.
ATCH 5 WD 2015-5253 Rev 25.pdf
PDF48 KBJul 21, 2025
AI Summary
The document is a Wage Determination Report from the U.S. Department of Labor under the Service Contract Act, detailing wage rates for various occupations in Texas effective for contracts awarded after January 30, 2022, or renewed thereafter. The report mandates compliance with Executive Orders 14026 and 13658, establishing minimum wage rates of $17.75 and $13.30 per hour, respectively, for covered workers. It lists applicable occupations with their respective wages and fringe benefits, such as healthcare and paid sick leave under EO 13706. Each listed occupation has varying pay based on job classification and skill level, with additional notes on conforming unlisted classifications for contract work. The document serves as a critical reference for contractors to ensure compliance with federal labor regulations and appropriately compensate employees, emphasizing the Department of Labor’s role in safeguarding workers' rights. Overall, the report highlights the importance of maintaining fair labor standards within government contracts and safeguarding employee benefits through robust regulatory frameworks.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2025
amendedAmendment #1May 8, 2025
amendedAmendment #2· Description UpdatedMay 13, 2025
amendedAmendment #3· Description UpdatedJun 5, 2025
amendedAmendment #4· Description UpdatedJul 21, 2025
amendedLatest AmendmentJul 21, 2025
deadlineResponse DeadlineJun 12, 2025
awardAwarded to DLC AIRCRAFT PRESERVATION SERVICES, LLC Helotes TX 78023 USAJul 19, 2025
expiryArchive DateJul 22, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3016 502 CONS CL

Point of Contact

Name
Nancy Loughran

Place of Performance

San Antonio, Texas, UNITED STATES

Official Sources