ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

NMUSAF Air Park Conservation

DEPT OF DEFENSE FA860125Q0092
Response Deadline
Jun 19, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
712110
Museums
PSC Code
R499
SUPPORT- PROFESSIONAL: OTHER

Solicitation Documents

5 Files
1. Performance Work Statement_rev03_Dated 30 May 2025.pdf
PDF165 KB6/4/2025
AI Summary
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.
Attachment_03_C17_CMI.pdf
PDF4764 KB6/4/2025
AI Summary
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.
Attachment_02_F104_CMI.pdf
PDF5618 KB6/4/2025
AI Summary
No AI summary available for this file.
4. Wage_Determination_rev26_Dated 08 May 2025.pdf
PDF48 KB6/4/2025
AI Summary
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.
5. Combo_Solicitation_FA860125Q0092.pdf
PDF755 KB6/4/2025
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 4, 2025
deadlineResponse DeadlineJun 19, 2025
expiryArchive DateJul 4, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8601 AFLCMC PZIO

Point of Contact

Name
Yusheng Chou

Place of Performance

Wright Patterson AFB, Ohio, UNITED STATES

Official Sources