AC-130 Aircraft Restoration Services
ID: FA441725Q0144Type: Solicitation
AwardedJun 27, 2025
$92K$92,000
AwardeeDLC AIRCRAFT PRESERVATION SERVICES, LLC Helotes TX 78023 USA
Award #:FA441725P0089
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for AC-130 Aircraft Restoration Services at Hurlburt Field, Florida. The objective is to restore the AC-130U and AC-130H aircraft to a museum-quality appearance in compliance with military specifications and guidelines. This restoration project is significant for preserving military history and ensuring the aircraft's aesthetic integrity for public display. Interested small businesses must submit their proposals by June 6, 2025, at 2:00 PM CDT, and can direct inquiries to A1C Edren Jash Pena at edren_jash.pena.1@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the restoration of AC-130U and AC-130H aircraft at Hurlburt Field Air Park, aiming for a museum-quality appearance per military specifications. The contractor must perform extensive disassembly, corrosion removal, repairs, and repainting utilizing specified materials and color schemes. Key tasks include surface cleaning, corrosion treatment, scuff sanding, and applying multiple layers of polyurethane paint while ensuring environmental compliance and safety throughout the process. Strict guidelines mandate the use of proper safety equipment, hazardous waste management, and coordination with government officials for inspections and acceptance of repairs. Detailed quality control measures and adherence to historical standards are required to replicate the original cosmetic appearance of the aircraft. The contractor must also ensure efficient waste management and compliance with federal and state environmental regulations. The contract emphasizes community safety, contractor employee conduct, and professional standards, reinforcing a commitment to preserving military history through meticulous restoration efforts.
    The Statement of Work (SOW) details the restoration requirements for AC-130U and AC-130H aircraft at Hurlburt Field Air Park, aimed at achieving museum-quality appearance following AFI 84-103 standards. The contractor is responsible for disassembling the aircraft, treating corrosion, repairing sheet metal, and conducting thorough cleaning. Required tasks include a multi-step painting process with specific paint types and colors (Federal Standards), as well as meticulous attention to safety and environmental regulations throughout the work period. The project involves extensive inspections, coordination with government representatives, and adherence to all applicable quality management systems like ISO 9001-2008. The contractor must ensure compliance with hazardous waste disposal protocols and is liable for any damages incurred during the restoration process. Overall, this SOW reflects the federal government's commitment to preserving military history while maintaining regulatory compliance in environmental and safety standards.
    The document provides a series of questions and answers related to a government Request for Proposal (RFP) concerning the maintenance and restoration of AC-130 aircraft. Key topics include site visit availability (not scheduled), hazardous waste approval timelines, and the provision of necessary equipment, which must be contractor-furnished. Pricing for different aircraft models (AC-130U and AC-130H) is differentiated due to condition disparities, and weather contingencies may allow for schedule extensions. Subcontractors without military IDs can access the base, with an emphasis on providing appropriate consent and documentation for evaluating past performance. Technical Orders will not need to be accessed for restoration, as the paint scheme is specified in the Statement of Work. While ISO certifications are preferred, experienced subcontractors without these certifications may still be considered. Proposals must be submitted in separate files, with flexibility in the format, and will be evaluated with a focus on technical and past performance factors over price. The prime contractor will coordinate base access credentials for subcontractors. The guidance in the document aims to clarify submission requirements and evaluation criteria for prospective vendors interested in the RFP.
    The document outlines a procurement request for commercial products and services specifically designed for the restoration of the AC-130U and AC-130H aircraft at Hurlburt Field Air Park. The solicitation is part of a Women-Owned Small Business (WOSB) initiative, with specific provisions for Economic Disadvantaged Women-Owned Small Businesses (EDWOSB). Key details include requirements for restoring the aircraft to museum quality, adherence to relevant standards, and a structured submission process for bidders. The procurement emphasizes firm fixed pricing, deadlines for offers, and various administrative codes related to payment and contract administration. Clauses incorporated by reference indicate compliance with federal standards, including labor and environmental regulations. This initiative reflects the government's commitment to promoting small businesses while ensuring quality restoration services are provided for military aircraft.
    The document is a Women-Owned Small Business (WOSB) solicitation for contract services related to the restoration of AC-130 aircraft at Hurlburt Field, Florida. It outlines the acquisition details, including requisition and contract numbers, issuing office, and the deadline for bids, along with the requirements for delivering commercial products and services. The restoration aims to achieve a museum-quality appearance for both the AC-130U and AC-130H aircraft, following specific standards and guidelines. Key points include the solicitation structure, which incorporates various federal acquisition regulations (FAR) and defense acquisition regulations (DFARS), emphasizing compliance with labor standards and small business participation. The document specifies the mandated styles of submission, payment arrangements through the Wide Area Workflow, and the necessity for contractors to comply with clauses regarding employee rights and environmental regulations. Overall, this solicitation supports the federal objective of contracting with small and disadvantaged businesses while ensuring quality restoration work and adherence to regulatory framework in the execution of government contracts.
    This document serves as an amendment to a solicitation, extending the deadline for offers from May 29, 2025, to June 6, 2025. It outlines the procedures for acknowledging receipt of the amendment, indicating that offers must be updated accordingly prior to the new submission date to avoid rejection. The amendment affects the solicitation ID FA441725Q0144 issued by the U.S. Air Force at Hurlburt Field, Florida, and includes specific contact information for the contracting officer. The response times for the submission have also been adjusted, extending the deadline by half an hour to 2:00 PM. Overall, this amendment underscores the importance of maintaining compliance and communication regarding proposal submissions in federal contracting processes, ensuring that interested contractors have adequate time to prepare their offers.
    The Sources Sought Notice FA441725Q0144, issued by the 1st Special Operations Contracting Squadron at Hurlburt Field Air Force Base, seeks to identify qualified parties for a firm-fixed price contract focused on Aircraft Restoration. This notice, dated 18 April 2025, is designed to gather information and feedback on a draft Statement of Work (SOW) rather than solicit competitive bids, making it an informational document. The primary objectives include assessing business capabilities related to the NAICS Code 336411 and seeking input on proposed requirements. Interested companies are encouraged to submit a response that details their business information, contact details, and socio-economic classifications, limited to three pages of content. Questions or suggestions should be categorized separately. It should be noted that any future solicitation will be announced separately, and responses must be submitted by 28 April 2025. This initiative plays a critical role in the government’s acquisition process to ensure informed decisions regarding potential contracts while inviting industry input.
    The document is a "Register of Wage Determinations" issued by the U.S. Department of Labor regarding contracts subject to the Service Contract Act (SCA). It specifies wage rates and fringe benefits for various job classifications in Okaloosa County, Florida. Wage Determination No. 2015-4531, revision 29, outlines minimum hourly wage rates that vary based on contract enter dates linked to Executive Orders 14026 and 13658. For contracts entered after January 30, 2022, the minimum wage is $17.75; for previous contracts, it is $13.30, with annual adjustments. It lists specific occupations, corresponding pay rates, and required fringe benefits, including health and welfare, vacation, and holidays. Notably, positions with footnotes may qualify for higher wages under the Executive Orders. The document also describes conformance processes for job classifications not listed, requiring contractors to obtain approval for new wage rates based on skill equivalencies. Employee rights under these classifications involve protections such as paid sick leave per Executive Order 13706. This register serves to ensure fair compensation and adherence to standards for workers engaged in federal service contracts, supporting compliance with government procurement guidelines.
    Lifecycle
    Similar Opportunities
    N0001925R0024 C-130 Depot Maintenance Repair and Overhaul (MRO): DRAFT Request For Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the C-130 Depot Maintenance Repair and Overhaul (MRO) services, as outlined in the Draft Request for Proposal (RFP) N0001925R0024. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period and an optional five-year extension, focusing on the maintenance and repair of C-130 aircraft, which are critical to U.S. military operations. Interested contractors must be incorporated in the United States and can access the draft solicitation and related documents through the U.S. Government Procurement Integrated Enterprise Environment (PIEE) website, with a deadline for industry questions set for September 25, 2025, and a pre-solicitation conference scheduled for December 2, 2025. For further inquiries, potential offerors can contact Gregory Webster at gregory.j.webster8.civ@us.navy.mil.
    Aircraft Wash Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. The contract, designated as a Simplified Acquisition Proposal Request (SAPR) FA481426Q0002, is a total small business set-aside for a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide all personnel, equipment, and supplies necessary for the washing and maintenance of KC-135 aircraft. This service is critical for corrosion prevention and overall aircraft upkeep, with an estimated frequency of 1-6 washes weekly, and must comply with specific Department of Air Force guidelines. Proposals are due by January 15, 2026, with questions accepted until January 5, 2026; interested parties should contact Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.
    Modernization and Upgrade of the LC-130H Polar Mission aircraft to LC-130J Aircraft
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors to modernize and upgrade the LC-130H Polar Mission aircraft to the LC-130J variant. The objective is to find qualified firms capable of delivering a fully modified and integrated LC-130J that meets the specific requirements for polar missions, as the existing LC-130H fleet is being phased out. This modernization effort is critical for maintaining operational capabilities in polar environments, and the government may consider a sole-source contract with Lockheed Martin Corp. Interested contractors must submit their responses, including a Contractor Capability Survey, by December 22, 2025, with the RFI extended to 10:00 AM EST on January 12, 2026. For further inquiries, contact Amber Mathe at amber.mathe@us.af.mil or Hannah Tuck at hannah.tuck.1@us.af.mil.
    C-130, C-17 and C-5 Solid State Cockpit Voice Recording (SSCVR) and Solid State Flight Data Recorder (SSFDR) and Amplifier Control Unit (ACU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the repair of Solid State Cockpit Voice Recorders (SSCVR) and Flight Data Recorders (SSFDR) for the C-130, C-17, and C-5 aircraft. The procurement aims to establish a five-year, Firm Fixed Price, Requirements, Indefinite Delivery Contract (IDC) that includes one base period of 12 months and four additional ordering periods, with the intent to negotiate solely with ACRON AVIATION, INC. for these services. This equipment is critical for flight safety and operational integrity, and the official Request for Proposal (RFP) is expected to be issued on February 1, 2026. Interested parties may submit their Statements of Capabilities to the designated contacts, Chiquita Glover-Perkins and Anthony Simmons, via email for consideration in the procurement process.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, with the solicitation number FA8117-26-R-0003. This procurement aims to secure commercial products and services related to the maintenance and repair of critical aircraft instruments, which are essential for the operational readiness of military aircraft. The proposal due date has been extended to January 14, 2026, at 3:00 PM Central Standard Time, and interested parties must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    16--AFMC, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.
    Potential Sources for FAA-145 Certified Aircraft Paint Services in Support of the HC-144 and HC-27J Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for FAA-145 certified aircraft paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, stripping coatings, and externally painting the aircraft, with specific requirements for both scuff and strip options to be completed within designated timeframes. This initiative is crucial for maintaining the operational readiness and aesthetic standards of the aircraft fleet. Interested vendors must submit their capabilities, including company details and relevant certifications, by January 9, 2026, at 4:00 p.m. EST, and can direct inquiries to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should contact Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil for further details and access to solicitation attachments.
    Bulkhead Assembly, C-130
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Bulkhead Assembly for the C-130 aircraft, identified by Part Number 375974-7. This solicitation is a total small business set-aside and addresses an urgent requirement related to flight and safety deficiency hazards, with delivery expected at Robins AFB, Georgia, on or before January 19, 2026. Interested vendors must submit their quotes via email by December 29, 2025, and adhere to specific packaging and transportation requirements outlined in the associated documents. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.