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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MiG-17 FighterJet Airshow 2026
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a contract for the performance of the MiG-17 Fighter Jet at the Airshow 2026, with Fighterjet, Inc. identified as the intended recipient. This procurement is categorized as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in government contracting, and falls under the NAICS code 711510, which pertains to Independent Artists, Writers, and Performers. The contract is justified as a single-source procurement due to specific circumstances that preclude competitive bidding, as documented in the Single Source Justification dated April 2021. Interested parties can reach out to Mar Rodriguez at mariadelmar.rodriguezmartinez@us.af.mil or Kishauna Goodman at kishauna.goodman@us.af.mil for further inquiries.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    Airshow Narrator & Sound/ Audio Technician
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airshow Narrator and Sound/Audio Technician services for the Shaw Air & Space Expo scheduled from March 27-29, 2026. The contractor is required to provide all necessary personnel, equipment, and services, including a narrator with a minimum of five years of airshow experience and a public address/audio system capable of supporting over 50,000 spectators. This procurement is critical for ensuring effective crowd control and narration during the event, which is expected to draw significant public attendance. Interested parties, particularly Women-Owned Small Businesses, should note that the total award amount is $9,000,000, and proposals must be submitted in accordance with the solicitation guidelines. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or 803-895-5623.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting quotes for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The contractor will be responsible for providing a complete audio solution, including setup, operation, and teardown, ensuring clear sound coverage across various spectator areas, with specific requirements for equipment and personnel outlined in the Performance Work Statement. This contract is particularly significant as it is set aside for small businesses, with a total estimated value of $40 million, and will be awarded based on technical acceptability and price. Interested vendors must submit their proposals by January 5, 2026, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email.
    Maxwell AFB Air Show Parking Coordination 2026
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, intends to award a sole source contract for Parking, Traffic, and Logistics Management services for the "Beyond the Horizon Air & Space Show 2026." The contractor will be responsible for managing parking and traffic for approximately 110,000 attendees over three days, requiring recent experience with large-scale USAF events and coordination with local authorities. Key responsibilities include providing event managers, conducting pre-site visits, executing an Event Logistics Plan, and ensuring compliance with security measures. Interested parties must submit their capabilities and supporting documentation by December 22, 2025, to be considered for this opportunity, with the contract expected to be awarded to Solutions Event Services if no competitive responses are received.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Dept Of Defense
    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.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    11F | DUCT, MANIFOLD, AIR B | C-5
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for the procurement of the Duct, Manifold, Air B for the C-5 aircraft. This contract, which will be issued as unrestricted, requires an estimated annual quantity of 40 units, with delivery expected 450 days after receipt of order, and inspection and acceptance to occur at the origin. The Duct, Manifold, Air B is a critical airframe structural component, essential for the operational capabilities of the C-5 aircraft. Interested parties can access the solicitation via the DLA Internet Bid Board System (DIBBS) on or about December 30, 2025, and should direct inquiries to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.