T-6 Aircraft Conditional Inspection & Strip and Repaint
ID: N00421-24-RFPREQ-TPM273-0479Type: 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 Apr 3, 2025, 12:00 AM 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 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.

Files
Title
Posted
Apr 7, 2025, 8:05 PM UTC
The Naval Air Systems Command (NAVAIRSYSCOM) has developed a Performance Work Statement (PWS) for the Aircraft Conditional Inspection (ACI) and repainting of T-6 A/B Texan II aircraft for the U.S. Navy. The PWS establishes requirements for contractors to perform annual inspections and maintenance on up to ten aircraft, ensuring airworthiness through rigorous inspection and repair processes. The contractor will be responsible for logistics support, including receiving, inspecting, and certifying the aircraft, utilizing Government Furnished Property (GFP) and adhering to specific maintenance guidelines. The PWS outlines various contractual phases, notably a 'Stand Up' phase focused on developing the contractor's capabilities for efficient operations. Required facilities must comply with federal standards and ensure safety, including proper handling of hazardous materials and explosives related to the aircraft’s egress systems. The document also stipulates a thorough quality control program and mandates involvement in monthly coordination meetings. The overarching purpose is to facilitate effective management and maintenance of the T-6 aircraft fleet, enhancing training capabilities for Navy pilots and officers while ensuring adherence to operational standards and safety measures.
Apr 7, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) from NAVAIR Patuxent River Naval Air Station concerning the development of a Cyber Security Implementation Plan (CSIP). Dated July 26, 2023, it specifies that contractors must create a CSIP in accordance with the requirements within the PMA-273 Cybersecurity Plan (CSP) and the associated Contract Data Requirements List (CDRL). Contractors are advised to examine the Data Item Description (DID) DI-MGMT-82002B, which details the expected content and structure of the CSIP. Post-award, the DID will be tailored based on the nature of the system delivered (classified or unclassified). Additionally, if any Government Off-the-Shelf (GOTS) software is included, contractors must comply with the guidelines specified in the PMA-273 CSP and the System-Software CDRL governed by DID DI-MISC-80508B. The document also notes that it will be replaced by the final CSP post-award. Overall, the RFP emphasizes the importance of adhering to cybersecurity standards within government contracts, ensuring that contractors properly address all requirements to protect sensitive information.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
FY23 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 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.
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, 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.
Static Display Maintenance & Painting, Travis AFB, CA
Buyer not available
The Department of Defense, through the 60th Air Mobility Wing at Travis Air Force Base (AFB), California, is seeking qualified small businesses to provide exterior maintenance and painting services for a static display Douglas C-47 aircraft. The contractor will be responsible for washing, sanding, repairing, and repainting the aircraft, ensuring adherence to historical preservation standards and environmental regulations. This project is crucial for maintaining the aircraft's historical integrity and aesthetic appearance, while protecting it from environmental factors and animal intrusion. Interested vendors must submit their qualifications and capabilities by April 18, 2025, and can direct inquiries to Mr. Michael Goetz at michael.goetz.7@us.af.mil or Vitaliy Kim at vitaliy.kim.1@us.af.mil.
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.
Undergraduate Jet Training System (UJTS) Request for Information March 2025
Buyer not available
The Department of Defense, specifically 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 input on various aspects, including air vehicle specifications, training device mixes, and integrated Live/Virtual/Constructive training solutions, with the goal of achieving Initial Operational Capability swiftly while maintaining high training quality. The UJTS program is critical for developing effective aviation training solutions, ensuring that naval aviators are well-prepared for their operational responsibilities. Interested parties are encouraged to participate in a virtual Industry Day on April 17, 2025, and must submit their responses by April 30, 2025, to the primary contact, Thomas Conrow, at thomas.w.conrow.civ@us.navy.mil, or the secondary contact, Erin Allison, at erin.e.allison.civ@us.navy.mil.
T56 Series 3.0/-15 and 3.5/-15A Joint Follow on Contract
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking contractors for the T56 Series 3.0/-15 and 3.5/-15A Joint Follow-On Contract, which involves providing technical, logistics management, and overhaul and repair services for the T56 engine and its components. The procurement aims to ensure depot-level maintenance, overhaul, and repair of T56 whole engines and power sections, as well as support for Foreign Military Sales and fleet-specific modifications. This contract is critical for maintaining operational readiness and reliability of military aircraft engines, emphasizing the importance of compliance with established technical standards and documentation. Interested parties should contact Treva Billinger at treva.billinger@us.af.mil or call 405-734-4637 for further details, with proposals due by May 30, 2025.
Solicitation FA8212-25-R-0004: T-38 Wing Tips
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure T-38 aircraft wingtips, critical components for the T-38 aircraft. The contract will be awarded to Northrop Grumman Corporation, the only qualified manufacturer with the necessary technical data, under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, due to the unique nature of the items classified as Critical Safety Items. The estimated contract value is $749,999.99, with a proposal submission deadline extended to July 9, 2025, at 3 P.M. MST. Interested parties may contact Leslie Evans at leslie.evans.1@us.af.mil or by phone at 801-586-3964 for further details.