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

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.

Point(s) of Contact
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
U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
Buyer not available
The Department of Defense is seeking procurement of supplies and services to support the U.S. Navy's Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This initiative aims to provide both range-tethered and untethered air combat training, featuring secure air-to-air and air-to-ground data links, and includes various subsystems such as the Airborne Subsystem, Ground Subsystem, Remote Range Unit Subsystem, and Portable Support Equipment Subsystem. The TCTS II system is crucial for enhancing tactical training capabilities across multiple aircraft platforms, ensuring interoperability with existing range infrastructure. Interested parties can contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or 407-380-4243, or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further information. Key deadlines include a draft RFP on September 5, 2025, an RFP on September 22, 2025, and a contract award anticipated for August 19, 2026.
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, 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.
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.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to provide Contractor Logistics Support (CLS) services for the C-40A aircraft, which includes support for seventeen United States Navy (USN) aircraft and two United States Marine Corps (USMC) aircraft. The procurement aims to ensure the operational readiness and maintenance of these aircraft, which are critical for tactical airlift missions. Interested parties are encouraged to submit their proposals by 4:00 PM EST on May 12, 2025, following an extension from the original deadline, and may direct inquiries to primary contact Karin Jensvold at karin.jensvold@navy.mil or secondary contact Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil. The solicitation process includes a deadline for industry questions by 12:00 PM EST on March 31, 2025, and the government will provide responses to these inquiries in a timely manner.
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.
J--CNATRA COMS Recompete - NAS Whiting Field CDRL A004 March 2016
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and repair services for Chief of Naval Air Training (CNATRA) Contractor Operation and Maintenance Services (COMS). The services will be provided at NAS Corpus Christi, TX, NAS Kingsville, TX, NAS Whiting Field, FL, NAS Pensacola, FL, and NAS Meridian, MS. The contract will have a performance period of 59 months, with options for additional months. The anticipated RFP release date is July 2016, and the anticipated award date is January 2017.
1560 - NAVY Purchase of DOOR, AIRCRAFT (6 units) and DOOR, ACCESS AIRCRAFT (2units)
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking eligible contractors to provide six units of DOOR, AIRCRAFT and two units of DOOR, ACCESS AIRCRAFT for the MQ-4C Triton. The procurement involves furnishing labor, materials, and facilities necessary for the repair and/or modification of these aircraft components, which are critical for maintaining operational readiness. The government intends to solicit only one source, Northrop Grumman Systems Co., due to the lack of available data for repairs or manufacturing, although all responsible sources may submit capability statements within five days of the notice. Interested parties can contact Carmelena Oldroyd at 215-697-9035 or via email at carmelena.c.oldroyd.civ@us.navy.mil for further details regarding the Source Approval Request package and submission requirements.
N00383-25-Q-R176
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a delivery order related to the repair and modification of aircraft equipment under solicitation number N00383-25-Q-R176. The procurement requires contractors to perform essential tasks such as inspection, repair, reassembly, and calibration of various aircraft parts, with a focus on compliance with government standards and procedures for handling nonconforming supplies. This opportunity is crucial for maintaining the operational readiness of military aircraft, ensuring that all equipment meets stringent quality and safety standards. Interested contractors can reach out to Jessica P. Laychock at (215) 697-3992 or via email at JESSICA.LAYCHOCK@NAVY.MIL for further details and to discuss the submission process.
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.