NMUSAF Air Park Conservation
ID: FA860125Q0092Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Museums (712110)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting quotes for the NMUSAF Air Park Conservation project at Wright Patterson Air Force Base in Ohio. This procurement involves the renovation, restoration, and repainting of three static aircraft—NKC-135, F-104A, and optionally, C-17A Globmaster III—requiring the contractor to manage all aspects of the project, including personnel, tools, and materials, while adhering to strict environmental regulations and quality standards. The initiative underscores the importance of preserving U.S. Air Force heritage through the conservation of historical aircraft, with quotes due electronically by June 19, 2025, and a contract set aside for small businesses under NAICS code 712110. Interested parties should direct inquiries to SrA Yusheng Chou at yusheng.chou@us.af.mil or MSgt Ljuan Benbow at ljuan.benbow.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) details a non-personnel services contract for the renovation and repainting of three static aircraft at the National Museum of the United States Air Force (NMUSAF) located at Wright Patterson AFB, Ohio. The contractor is responsible for all aspects of the project, including personnel, equipment, and materials necessary for conserving and restoring the aircraft NKC-135, F-104A, and optionally, the C-17A Globmaster III as funding permits. The work aims to prevent deterioration and showcase the U.S. Air Force heritage. Key tasks include inspection and documentation of the aircraft’s surfaces, thorough washing, corrosion repair, painting preparation, and application of paint and markings according to specified guidelines. The contractor must adhere strictly to timelines and quality standards, with in-process inspections required to ensure compliance with the project manager's directives. Environmental regulations must be followed during operations, including proper management of hazardous materials. This contract highlights the government’s commitment to preserving historical aircraft, requiring contractors to demonstrate experience and successful past performance in similar projects to qualify for the work. The document outlines responsibilities for both the government and the contractor, providing a framework for service delivery expectations and outcomes.
    The document serves as a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, focusing on wage rates and fringe benefits for contractors in Ohio's Greene, Miami, and Montgomery counties. It dictates minimum wage rates based on contracts awarded or renewed after specific dates, with Executive Order 14026 establishing a minimum of $17.75 per hour starting January 30, 2022. The file lists detailed wage rates and required fringe benefits for various occupations ranging from administrative, automotive, health, and technical positions, along with specific additional requirements related to paid sick leave and uniform allowances. The content highlights compliance obligations for contractors, guiding them on how to adhere to federal regulations regarding employee compensation for government contracts, thus ensuring fair labor standards. Overall, the document outlines essential wage classification and employee rights within federal contracting frameworks, emphasizing adherence to labor laws and the necessity for appropriate contractor practices in federal engagements.
    The National Museum of the United States Air Force (NMUSAF) is soliciting quotes for the “NMUSAF Air Park Conservation” project under solicitation FA860125Q0092. This Request for Quote (RFQ) aims to secure a Firm Fixed Price (FFP) contract for the renovation, restoration, and repainting of three static aircraft: NKC-135, F-104A, and optionally, C-17A Globmaster III, at Wright Patterson AFB, Ohio. The contractor will handle all necessary management, tools, supplies, and labor for the project, ensuring strict adherence to environmental regulations and obtaining approval from the Program Manager for each process phase, including inspection, washing, corrosion repair, preparation, painting, and marking. The scope of work must be completed within designated timelines and involves specific paint color specifications provided by the Program Manager. Quotes are due electronically by 19 June 2025, with a proposal validity of 45 days. The contract is set aside for small businesses under NAICS 712110, emphasizing the need for past performance records in submissions. Compliance with various government contracting clauses is required, alongside SAM registration to ensure proposal responsiveness.
    The National Museum of the United States Air Force is preparing to restore the Boeing C-17 (T-1) Globemaster III, serial number 87-0025, to reflect its final flight appearance from April 25, 2012. Initially designed for brief testing, the aircraft was revitalized multiple times, extending its usable lifespan from five to twenty-one years. It also gained fame by featuring in various films, including "Transformers" and "Iron Man." The document outlines specific requirements for the aircraft's paint and markings, including a primary lusterless gray finish and detailed insignia placement, such as the National Star Insignia and USAF markings, using various standardized colors. It specifies sizes and locations for insignia, special designator markings, and unique identifiers including crew names and film commemorative designs. Additionally, it emphasizes adherence to environmental standards in paint selection and requires comprehensive marking details to maintain historical accuracy. This initiative reflects the Air Force's dedication to preserving military aviation history while ensuring aesthetic and regulatory compliance for the museum display.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Buyer not available
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Joint Base Charleston AGE Equipment Paint Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide surface preparation and painting services for Aerospace Ground Equipment (AGE) at Joint Base Charleston, South Carolina. The procurement involves the maintenance of 375 pieces of AGE equipment over a five-year period, requiring contractors to supply all necessary labor, materials, equipment, and transportation while adhering to federal, state, and local regulations. This service is crucial for ensuring that the support equipment remains in a serviceable condition, free from excessive corrosion or damage, and includes specific painting requirements as outlined in the attached Performance Work Statement (PWS). Interested firms must submit a capabilities package by 5:00 PM on December 12, 2025, to the primary contact, Morgan Hart, at morgan.hart.1@us.af.mil, and Matthew Michel at matthew.michel@us.af.mil, detailing their qualifications and relevant experience.
    Repair of B-1B Torque Motor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    FD2030-25-01565
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    16--AFMC, 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 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.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    KC-46 Commercial Common Repairable Support
    Buyer not available
    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.