Civilian Aerial Acts and Display
ID: FA448425Q0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Other Spectator Sports (711219)

PSC

SOCIAL- RECREATIONAL (G003)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of a Douglas C-54 Skymaster aircraft to perform aerial acts and static displays at the Joint Base McGuire-Dix-Lakehurst Open House (JB MDL OHAS) scheduled for May 16-18, 2025. The contractor will be responsible for executing a flyby on May 16, which may include candy drops, and for making the aircraft available for public display on May 17-18, featuring a museum-like interior with artifacts from the Berlin Airlift. This opportunity emphasizes the importance of compliance with federal regulations and safety protocols, particularly regarding the logistics of the event and contractor security requirements. Interested vendors should contact Jhonathan Ramon or Lizbette Zalybniuk for further details, with proposals due in accordance with the solicitation timeline outlined in the associated documents.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 7:05 PM UTC
The Antiterrorism Guide for Contractors issued by the Department of the Air Force outlines measures essential for protecting personnel, facilities, and resources against terrorist acts at Joint Base McGuire-Dix-Lakehurst. It emphasizes the critical role of contractors in adhering to Department of Defense (DoD) antiterrorism standards, ensuring that personnel security is maintained throughout contractual obligations. Contractors are encouraged to provide their employees with antiterrorism training and to report suspicious activities through designated hotlines. Guidelines on what constitutes suspicious behaviors are detailed, such as observing unusual surveillance, elicitation attempts, or potential terrorist preparations. The guide stresses the importance of prompt reporting to enhance force protection, while also providing emergency contact information and methods for documenting incidents. Overall, the document serves as a key resource for contractors to ensure safety and compliance with federal security protocols during their operations around military installations.
Apr 3, 2025, 7:05 PM UTC
The JB MDL Antiterrorism Office has produced a pamphlet guiding contractors on their security roles while at Joint Base McGuire-Dix-Lakehurst, New Jersey. Contractors are viewed as “Force Multipliers” in the Global War on Terrorism, responsible for maintaining security and reporting suspicious activities. Key notifications include being alert to surroundings, recognizing unusual behaviors or unfamiliar people and vehicles, and understanding different types of threats, such as surveillance and tests of security. The document outlines potential indicators of terrorism-related activities, highlighting the importance of timely reporting of suspicious actions to the Security Forces. Contractors are instructed on how to report incidents, emphasizing the need to provide specific location details and a callback number to facilitate a response. The pamphlet underscores a proactive approach to security, encouraging vigilance and community involvement in identifying potential threats. The aim is to bolster the safety of both the base and surrounding areas, aligning with broader government objectives in counter-terrorism and public safety.
Apr 3, 2025, 7:05 PM UTC
The statement outlines urgent health care provisions for contractor employees and agents performing work at Joint Base McGuire-Dix-Lakehurst (JBMDL). The 87th Medical Treatment Facility (MTF) can provide necessary medical attention for on-duty injuries, defined as care to save life or limb and alleviate severe pain. However, any costs for such treatments must be covered by the contractor or their employees, not the MTF or the federal government. Following medical stabilization, contractors are expected to transfer their staff to civilian facilities. Furthermore, if a contractor employee is unable to pay the bill when rendered, they will receive a statement of charges and a letter of indebtedness. They are responsible for promptly notifying their medical insurance providers to facilitate payment. This guidance is critical in ensuring contractors are aware of their responsibilities related to healthcare costs while conducting business for the government.
Apr 3, 2025, 7:05 PM UTC
The OHAS 2025 document outlines specific additional requirements for a potential service provider related to lodging and fuel needs. Key aspects include the provision of hotel rooms and rental cars for personnel. The document details fuel specifications for performances, requesting a specific quantity of smoke oil and AVGAS, alongside necessary engine oil and its type. It also inquires whether full fuel for departure is mandatory. This structured overview serves as a guideline for vendors responding to an RFP, stipulating essential resources and preparations needed to support operations effectively. The emphasis on clear fuel specifications reflects the importance of logistical planning in performance execution, ensuring efficiency and safety for the involved parties.
Apr 3, 2025, 7:05 PM UTC
The Performance Work Statement (PWS) outlines requirements for the Contractor providing a Douglas C-54 Skymaster aircraft for demonstration purposes at the Joint Base McGuire-Dix-Lakehurst Open House (JB MDL OHAS) scheduled for May 16-18, 2025. The Contractor is responsible for all personnel and equipment necessary for the flyby and static display of the aircraft, which will feature a museum-like interior showcasing artifacts from the Berlin Airlift. The flyby on May 16 includes candy drops, subject to weather conditions and safety regulations. The static display is required to be operational for both public days on May 17-18. The document details compensation terms, including a solid payment structure and restrictions against soliciting donations, while allowing for unsought donations. The Government will provide lodging, meals, transportation, and necessary fuel for the event. Security protocols, including obtaining identification passes and adhering to base security regulations, are emphasized. The Contractor must also maintain specific liability insurance coverage and prepare for a pre-show briefing. This PWS is a contractual guideline ensuring safe and successful execution of the air show while enhancing public engagement with military aviation history.
Apr 3, 2025, 7:05 PM UTC
This document outlines the contractor security requirements and installation access protocols for Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. It mandates criminal background checks for all contractors before they can obtain an Installation Access Pass, which is issued through the Welcome Center. The document details the specific procedures depending on the duration of access (less than 60 days or up to a year) and reinforces the need for the Entry Authority List (EAL) to include comprehensive contractor information and personnel records. Key points include the distinction between contractor vehicle passes, regulated access for non-U.S. citizens, and mandated controls for restricted areas, particularly related to safety and security. The procedures emphasize that all personnel must comply with security reviews and potential debarment if derogatory information arises. The document also stipulates that contractors must coordinate with Security Forces for entry during heightened Force Protection Conditions and emphasizes adherence to traffic regulations on JB MDL. This comprehensive security framework ensures the protection of military assets while facilitating necessary contractor access for operational purposes.
Apr 3, 2025, 7:05 PM UTC
This document presents a Single Source Justification for a simplified acquisition under federal regulations, specifically FAR 13.106-1(b)(1), indicating that only one source is available for the contract action. The Contracting Officer, Lizbette Zalybniuk, confirms this determination, asserting that the unique circumstances surrounding the procurement do not allow for competitive bidding. The justification reflects careful consideration by the contracting authority to ensure compliance with federal guidelines while addressing specific needs that mandate a single-source approach. It is dated March 18, 2025, and includes a digital signature certifying the officer's agreement. This document is integral to guiding the contracting process, particularly under circumstances where competition is not feasible, thereby supporting accountability in government procurement practices.
Apr 3, 2025, 7:05 PM UTC
The document outlines a solicitation for a contract related to the provision of commercial products and services specifically from Women-Owned Small Businesses (WOSBs). It includes vital details such as requisition and contract numbers, solicitation dates, contact information, and submission deadlines. The contract focuses on the delivery of OHAS C-54 Skymaster aerial acts and displays, with terms for quantity and pricing structured under a firm fixed-price arrangement. It emphasizes the need for compliance with various federal acquisition regulations and clauses, including specifics on invoicing, performance standards, and safety protocols on government installations. The solicitation also stresses the inclusion of additives like the Performance Work Statement and wage determinations, ensuring adherence to statutory regulations. Within the context of government RFPs, this document serves to formalize the bidding process for services that promote the involvement of WOSBs in federal contracts, aiming to enhance opportunities for small businesses while ensuring compliance with governmental procedures and standards. Overall, it reflects efforts to support diversity in federal contracting and maintain regulatory integrity in procurement processes.
Apr 3, 2025, 7:05 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
OHAS Emergency Medical Services (EMS) Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Emergency Medical Services (EMS) support during the Open House Air Show at Joint Base McGuire-Dix-Lakehurst, New Jersey, scheduled for May 17-18, 2025. The contractor will be responsible for providing all necessary personnel, equipment, and vehicles to enhance the base's emergency response capabilities, including a qualified EMS Task Force Leader, paramedics, EMTs, ambulances, and an ambulance bus for non-ambulatory patients. This procurement is crucial for ensuring public safety at a large-scale event expected to attract approximately 125,000 attendees per day. Proposals are due by April 18, 2025, at 10:00 AM EDT, and interested parties should contact Patrick S. Duff at patrick.duff.5@us.af.mil or Daniel Theyn at daniel.theyn@us.af.mil for further information.
Luke Days 2026 NAF Concessionaire Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Master Concessionaire Services for the Luke Days 2026 Open House/Air Show at Luke Air Force Base in Arizona, scheduled for March 21-22, 2026. The contractor will be responsible for managing food, beverages, and novelty item sales during the event, which is expected to attract approximately 250,000 attendees daily, and must coordinate closely with the 56th Force Support Squadron to ensure a successful operation. Interested firms must submit their proposals by May 5, 2025, addressing the evaluation criteria outlined in the Performance Work Statement, and can direct inquiries to Ana Robinson at ana.robinson@us.af.mil.
Fuel (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of fuel and refueling services for the 2025 Beale Airshow at Beale Air Force Base in California. The selected contractor will be responsible for delivering aviation fuel, assisting with aircraft refueling, and managing the removal of unspent fuel during the event, which runs from June 5 to June 9, 2025. This opportunity is critical for ensuring the operational readiness and safety of the airshow, which is a significant public event showcasing military aviation capabilities. Proposals are due by April 25, 2025, at 10:00 AM PST, and interested parties should direct inquiries to Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil.
National Museum of the United States Air Force Event Stage
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting quotes for the procurement of an event stage for the National Museum of the United States Air Force (NMUSAF) under solicitation number FA860125Q0051. The procurement includes twelve mobile stage sections measuring 4'X8'X24" and two move-and-store carts, with a requirement for delivery within 90 days from the contract award date. This initiative aims to enhance the museum's facilities and public engagement by providing a functional and compatible stage setup. Quotes are due by April 23, 2025, at 12:00 PM EDT, and interested vendors must ensure compliance with the solicitation requirements and be registered in the System for Award Management (SAM) to avoid disqualification. For inquiries, vendors can contact Eileen Potter at eileen.potter@us.af.mil or Amanda Hoyng at amanda.hoyng@us.af.mil.
C-5 Visor Door Actuator Overhaul
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation FA8538-25-R-0003. This procurement involves a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for maintaining the operational readiness of the C-5 Galaxy cargo aircraft. The contract is expected to span five years, including two 12-month ordering periods and three annual option years, supporting the C-5 aircraft until its anticipated retirement in 2040. Interested vendors must register in the Joint Certification Program to access technical data packages and submit proposals by the extended deadline of April 21, 2025, at 5:00 PM EST, with inquiries directed to Caiveon Thomas at caiveon.thomas@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.
Tents (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the 9th Reconnaissance Wing, is seeking qualified vendors to provide tent rental and set-up/tear-down services for the Beale Air Force Base Airshow scheduled for June 6 to 8, 2025. The procurement includes the delivery and installation of a large Distinguished Visitor area, requiring a 60’x40’ tent along with 47 10’x10’ and 4 10’x20’ canopy tents, all to be set up by June 6, 2025, at 0900. This event is crucial for enhancing the visitor experience and ensuring operational functionality during the Air Show, necessitating compliance with safety, security, and liability insurance requirements. Interested parties should contact Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil for further information, as this is a Total Small Business Set-Aside opportunity under NAICS code 532289.
Vehicle Rentals (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for vehicle rentals to support the 2025 Air & Space Expo at Beale Air Force Base, California. The procurement involves providing a minimum of 68 gas-powered vehicles, including 51 standard cars and 17 minivans or SUVs, with the option to increase the quantity by up to 10 additional vehicles by May 26, 2025. This opportunity is critical for ensuring logistical support during the event, with vehicles required to be delivered by June 5, 2025, and picked up by June 9, 2025. Interested contractors must submit their proposals by April 24, 2025, and can contact Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil for further information.
CY25 Air Show - Additional Shuttle Buses (or Equivalent)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for shuttle bus transportation services for the CY25 Open House event at Kirtland Air Force Base (KAFB) in New Mexico. The contractor is required to provide 24 shuttle buses, each with a capacity of 44 passengers, or suitable alternatives that ensure a minimum total of 1,056 passenger seats, to facilitate transportation for attendees from various parking locations in the Albuquerque metro area to the base. This initiative is crucial for ensuring safe and efficient transportation during the event, emphasizing public safety and operational efficiency. Interested small businesses must submit their bids by April 25, 2025, with all proposals remaining valid until May 9, 2025; for further inquiries, contact Tyler Hatfield at tyler.hatfield.2@us.af.mil or Dakota Powell at dakota.powell@us.af.mil.
Wings Over Wyoming Air Boss and Announcer
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Air Boss and Announcer services for the Wings Over Wyoming Airshow, scheduled for July 26, 2025, at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for managing air operations, ensuring safety protocols, conducting pre-show briefings, and performing crowd control during emergencies, all while adhering to FAA regulations and maintaining a professional demeanor throughout the event. This procurement is a Total Small Business Set-Aside under NAICS code 711310, with a firm fixed-price contract expected to be awarded based on the lowest priced technically acceptable quote. Interested parties must submit their quotes by April 18, 2025, and direct any questions to Amber Wiltanger at amber.wiltanger@us.af.mil or Matthew Gauert at matthew.gauert.2@us.af.mil.
Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
Buyer not available
The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.