FY23 T-6 Aircraft Conditional Inspection & Strip and Repaint
ID: N0042122RFPREQTPM2730466Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
  1. 1
    Posted Mar 16, 2023, 5:58 PM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified contractors to provide Conditional Inspection and Strip and Repaint services for T-6A and B aircraft. The procurement aims to support the Chief of Naval Air Training by ensuring the aircraft undergo necessary inspections and maintenance to maintain airworthiness, particularly focusing on corrosion treatment and repair, which are critical for operational integrity. The contract is anticipated to be awarded in the second quarter of FY 2024, with a base performance period of six months and options for two additional years. Interested parties should respond to the Sources Sought notice by April 22, 2025, and can contact Casey Bacon or Lauren Martz for further information.

Files
Title
Posted
Apr 2, 2025, 5:06 PM UTC
The document is a capabilities questionnaire associated with an upcoming procurement for T-6 aircraft conditional inspection and repainting services. Its primary goal is to gather information from potential contractors regarding their capabilities, experiences, and suggestions to enhance small business participation in the project. Key topics addressed include barriers to small business involvement, the technical approach for quality assurance and maintenance, and requirements for engineering and aircraft system handling. The questionnaire seeks insights on potential adjustments to the Performance Work Statement (PWS) to aid understanding and contractibility, as well as recommendations for scheduling and supply chain management. Additionally, it explores the implications of extending contract durations beyond five years for increased efficiency and strategic partnerships, and asks for details about facilities, support equipment, and contractors' qualifications. This inquiry reflects the government’s emphasis on fostering diverse participation in federal contracts while ensuring that technical proficiency and regulatory compliance are met throughout the procurement process.
Mar 26, 2024, 4:40 PM UTC
Mar 26, 2024, 4:40 PM UTC
Apr 7, 2025, 8:05 PM UTC
The document is an Aircraft Discrepancy Record for the TEXAN aircraft, detailing various maintenance issues and corrective actions required. It highlights multiple discrepancies, including inoperable switches, surface corrosion, and equipment malfunction necessary for operational integrity. The records categorize discrepancies as unscheduled or scheduled, specifying repair activities, required materials, and estimated man-hours for remediation. Many entries showcase issues related to corrosion—surface, pitting, and dissimilar metal concerns—requiring different repair methodologies outlined in a corroded category system. Additionally, specific unscheduled discrepancies indicate that despite their presence, they do not impact airworthiness. The document serves as a comprehensive log for maintenance personnel to understand the aircraft's condition, prioritize repairs, and ensure compliance with aviation safety standards. Overall, it reflects the systematic approach taken for aircraft maintenance within the framework of federal requirements and regulations for military aircraft readiness.
Mar 26, 2024, 4:40 PM UTC
Apr 2, 2025, 5:06 PM UTC
The Performance Work Statement (PWS) for the Naval Air Systems Command (NAVAIRSYSCOM) outlines the requirements for Aircraft Conditional Inspection (ACI) and strip and repaint processes for U.S. Navy T-6 A/B Texan II aircraft. This work involves the annual inspection and refurbishment of up to ten aircraft at various operational sites, ensuring compliance with safety and maintenance standards. The contractor must establish logistics and perform necessary repairs, corrosion treatment, and service restorations to certify aircraft airworthiness. The contract includes a stand-up phase where the contractor demonstrates facility and operational readiness with an initial aircraft. The document specifies government-provided support, including equipment and trained personnel for necessary inspections and flights. Major operational requirements include compliance with safety regulations, providing training for personnel, and maintaining thorough documentation throughout the process. The contractor is responsible for all labor, parts, and materials not provided by the government and must ensure adherence to environmental and cybersecurity requirements. This PWS reflects an overarching commitment to maintaining the safety and operational readiness of the U.S. Navy's T-6 aircraft fleet through contracted logistical and technical services.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
T-6 Aircraft Conditional Inspection & Strip and Repaint
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking industry participation for the T-6 Aircraft Conditional Inspection and Strip and Repaint services. This procurement aims to identify qualified contractors capable of performing annual inspections and maintenance on up to ten T-6A and B aircraft, ensuring their airworthiness through rigorous inspection, repair, and repainting processes. The services are critical for maintaining the operational readiness of the T-6 aircraft fleet, which is essential for training Navy pilots and officers. Interested parties must submit their capability statements by April 22, 2025, to the primary contact, Casey Bacon, at casey.a.bacon.civ@us.navy.mil, with a copy to Lauren Martz at lauren.r.martz.civ@us.navy.mil, referencing the notice ID N00421-24-RFPREQ-TPM273-0479.
E-6B Sealant Removal and Replacement
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for sealant removal and replacement services on E-6B aircraft. The contract will specifically involve the removal of EF-5992 sealant and its reapplication on fuel cells and surfaces of nine E-6B aircraft, with performance expected at Tinker Air Force Base in Oklahoma during depot maintenance events from Fiscal Year 2025 through 2029, including options for two additional years. This procurement is critical as it ensures the integrity and safety of the aircraft, with Performance Aircraft Systems, Inc. being the sole source due to their unique capability to perform the work without damaging the aircraft structures. Interested parties may submit capability statements within 30 days of this notice, and for further inquiries, they can contact Randy Putnam at randolph.a.putnam.civ@us.navy.mil or Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil.
20--PRAIRIE AIR,STBD, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the PRAIRIE AIR, STBD, under a federal contract. The procurement requires contractors to provide firm-fixed prices for the repair of specified items, adhering to strict guidelines including a Repair Turnaround Time (RTAT) of 168 days and compliance with various military standards. This contract is critical for maintaining the operational readiness of naval assets, and interested contractors must ensure they are authorized repair sources and capable of meeting the outlined requirements. Proposals must be submitted electronically to the primary contact, Taylor Arroyo, at taylor.r.arroyo2.civ@us.navy.mil, with a minimum quote validity of 90 days.
C-130 Wheel Well Blast Booth/Paint Booth
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center under the Department of the Navy, is seeking qualified contractors to design, manufacture, deliver, and test mobile blast and paint booths for C-130 aircraft wheel wells. The procurement aims to integrate critical systems that ensure environmental safety and operational efficiency, including an airtight design with recovery systems for paint and debris, as well as facilities for surface preparation and application. This initiative is vital for maintaining high-quality standards in the upkeep of C-130 aircraft, adhering to stringent safety and environmental protocols. Interested parties must submit their capabilities by April 9, 2025, at 3:00 PM EST to Jeffrey Smith at jeffrey.t.smith6.civ@us.navy.mil, with a maximum of ten pages detailing their qualifications and approach.
Undergraduate Jet Training System (UJTS) Request for Information March 2025
Buyer not available
The Department of Defense, through the Naval Air Systems Command, is conducting a Request for Information (RFI) regarding the Undergraduate Jet Training System (UJTS), aimed at enhancing training for U.S. Navy and Marine Corps jet aviators. This initiative seeks to gather market insights to support the development of a new training system that will replace the T-45 Combined Multi-Service Pilot Training System, with a focus on achieving Initial Operational Capability (IOC) and maintaining high training quality. The RFI includes detailed mission profiles, curriculum guides, and training requirements, emphasizing the structured approach necessary for effective military aviation training. Interested parties are encouraged to submit their responses by April 30, 2025, and may contact Thomas Conrow or Erin Allison for further information regarding the RFI and access to controlled unclassified information.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for C-40A Contractor Logistics Support (CLS) services to support seventeen United States Navy (USN) aircraft and two United States Marine Corps (USMC) aircraft. This procurement aims to establish a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to ensure the operational readiness and maintenance of these aircraft. The opportunity is critical for maintaining the fleet's capabilities and ensuring mission success. Interested parties must submit their proposals by 4:00 PM EST on May 12, 2025, and may direct inquiries to Karin Jensvold at karin.jensvold@navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.
16--TCA - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of TCA and similar replacement parts. The procurement focuses on the repair of miscellaneous aircraft accessories and components, particularly the Cable Assembly, Rota, with specific National Stock Numbers (NSNs) and associated requirements for quality control, inspection, and acceptance. This contract is critical for maintaining operational readiness and reliability of naval aircraft systems. Interested contractors should contact Hayden Young at 215-697-2928 or via email at hayden.j.young3.civ@us.navy.mil for further details, with the expectation of adhering to strict timelines and quality standards outlined in the solicitation.
Aircraft Paint, Primers, and Coatings
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is conducting market research to identify sources for aircraft paint, primers, and coatings. The procurement aims to secure a high-durability coating system, including both chromium-based and non-chromium-based corrosion inhibitor primers, as well as polyurethane topcoats that meet specific military standards for performance and environmental safety. These coatings are critical for protecting USCG aircraft from harsh maritime conditions and ensuring compliance with military specifications outlined in Attachments 2 and 3. Interested vendors must submit their responses by April 30, 2025, at 8:00 A.M. ET, and can direct inquiries to Denise Bulone at Denise.J.Bulone@uscg.mil, referencing the notice number 70Z03825IE0000003.
28--NOZZLE,TURBINE,AIRC, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of turbine nozzles under the contract titled "28--NOZZLE, TURBINE, AIRC, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 108 days, ensuring that all repairs meet the operational and functional requirements as specified in the contract. This opportunity is critical for maintaining the functionality of aircraft engines, which are vital for national defense operations. Interested contractors should submit their quotes, including pricing and capacity constraints, to Kelsey Gring at KELSEY.GRING@NAVY.MIL or by phone at 717-605-1089, with the solicitation details available for review.
28--SEAL,BALANCE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of SEAL, BALANCE components through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 325 days, with specific guidelines for inspection, testing, and quality assurance to ensure compliance with military standards. This contract is crucial for maintaining operational readiness and functionality of naval equipment, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes by April 25, 2025, and can direct inquiries to MaCayla Welsh at macayla.n.welsh.civ@us.navy.mil or by phone at 717-605-2338.