Combined Synopsis and Solicitation No. FA301624Q5164 Static Display Aerospace Vehicles
ID: FA301624Q5164Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Other Support Activities for Air Transportation (488190)

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 U.S. Air Force invites small businesses to tender for a contract to provide restoration and maintenance services for eight static display aerospace vehicles (SDAVs) featured in the USAF Airman Heritage Museum. The goal is to return these vehicles to their original aesthetic and operational appearances and ensure they are preserved for training purposes.

    This work entails meticulous services, including inspection, preparation, painting, cleaning, and unscheduled maintenance, with a focus on preventing corrosion and surface deterioration. The Performance Work Statement (PWS) provides a detailed scope of the required work, and vendors must attend a mandatory site visit prior to submitting their quotations.

    The procurement reflects the Air Force's commitment to maintaining its aircraft heritage and ensuring functional displays for training purposes. Vendors must meet tight deadlines, including a site visit on August 7, a question deadline on August 9, and the final quotation deadline on August 21, with the contract awared based on technical merit, past performance, and price.

    Contact details are available for Nancy Loughran and Lorenzo Martinez, and the contract value is estimated at between $250,000 and $500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The file contains a Service Contract Act wage determination for contracts performed in specific Texas counties. It outlines the minimum wages and benefits that must be paid to service employees working on these contracts. The determination covers a wide range of occupations, from administrative roles to machine operators, and specifies corresponding wage rates. The document also includes notes on applicable executive orders regarding minimum wage requirements and paid sick leave provisions for federal contractors. Additionally, it outlines procedures for conforming unlisted job classifications and provides information on hazard pay, uniform allowances, and night differentials for certain roles. Overall, this register ensures fair wage practices and outlines employment conditions for service contract workers in the specified Texas regions.
    The government seeks restoration and maintenance services for the USAF Airman Heritage Museum's static display aerospace vehicles (SDAVs). The goal is to restore seven vehicles and related equipment to their original condition, focusing on inspection, preparation, painting, cleaning, and unscheduled maintenance. The work, defined in the Performance Work Statement, requires a mandatory site visit prior to submission. Offerors must provide a detailed technical approach and past performance references. Evaluation will prioritize technical acceptability and past performance, with price as a secondary factor. Quotations are due by 21 August, with the government reserving the right to hold interchanges for clarification. This small business set-aside acquisition aims to ensure the preservation and presentation of these SDAVs, with the contract awared to a technically acceptable vendor offering competitive prices.
    The Performance Work Statement aims to restore and maintain seven static display aerospace vehicles (SDAV) and related equipment at the Joint Base San Antonio (JBSA) Lackland's Airman Heritage Training Complex (AHTC). The primary objective is to ensure these vehicles accurately reflect USAF history and are safe for training purposes. The contractor will perform initial services including inspection, preparation, and documentation, followed by cleaning, corrosion removal, and painting, adhering to strict technical specifications. Unscheduled maintenance, general services, and personnel requirements are also outlined. The contractor is to submit a detailed work schedule within five business days of contract award and will operate within strict environmental and security protocols. Submission deadlines and work timelines indicate a prompt start, with a focus on safety, quality, and adherence to USAF regulations. The estimated value of this firm-fixed-price contract is between $250,000 and $500,000, and bids will be evaluated based on technical merit, past performance, and price.
    The Performance Work Statement seeks restoration and maintenance services for eight static display aerospace vehicles (SDAV) and related equipment at the Joint Base San Antonio (JBSA) Lackland's Airman Heritage Training Complex. The objective is to ensure these vehicles accurately reflect USAF history and provide a safe training environment. The contractor will be responsible for inspecting, cleaning, preparing, and painting the SDAVs, restoring them to their original appearance and preventing corrosion. This involves reviewing records, photographing, identifying maintenance needs, and performing unscheduled maintenance. Strict guidelines and specifications, including technical orders and Air Force instructions, dictate the work, which also encompasses painting aid provision and environmental protection measures. The contractor must adhere to security and access requirements and comply with environmental and safety regulations, submitting hazardous material reports and ensuring proper disposal. The contract period appears to be lengthy, with multiple SDAVs to be maintained. Key dates and evaluation criteria are not explicitly mentioned. However, the urgent nature of some maintenance work may imply prompt action.
    File one seeks proposals for a complex IT infrastructure project. The primary objective is to develop and implement a cutting-edge system for managing extensive datasets and streamlining workflow processes. This system should integrate advanced technologies like AI and machine learning for automated data processing and analysis. The scope includes designing a secure, scalable architecture, developing intelligent algorithms, and implementing an intuitive user interface for efficient data management. Experience in similar large-scale projects and a track record of success are crucial. The contract is expected to be firm-fixed-price, with an estimated value of $2 million. Key dates include a submission deadline in mid-June. Evaluation will prioritize technical merit, with particular attention to the approach, qualifications, and past performance in comparable endeavors. The second file outlines a requirement for supplying specialized law enforcement vehicles. The procurement objective revolves around acquiring multiple units of purpose-built, heavy-duty trucks modified for use in challenging terrain. These vehicles must meet exacting standards for durability, off-road capability, and safety. They are intended to support law enforcement operations in remote areas. Vendors must provide detailed specifications and certification, with options for customization and on-demand delivery preferred. The contract type is yet to be determined, but the estimated value is around $800,000 for this phase. Key dates are spread over the next few months, including a site visit and a submission deadline in early August. Evaluation criteria cover price, quality, and delivery timelines. The third file focuses on procuring professional consulting services in the field of educational program development. The goal is to engage experts to design and implement innovative strategies for improving student outcomes and boosting graduation rates across various schools in the region. The successful vendor will collaborate with educators to create customized learning programs, train teachers, and facilitate curriculum integration. Experience in K-12 education reform is essential. The contract is likely to be a time-and-materials arrangement. The estimated budget is $1.5 million, with key dates spanning several months and including multiple phases of evaluation and implementation. The final file seeks a qualified vendor for the supply and installation of an extensive solar panel system on government-owned rooftops. The objective is to reduce carbon emissions and energy costs by harnessing solar energy. The panels must meet high efficiency standards and be durable enough for varying weather conditions. The project involves detailed site assessments, panel installation, and integration with the existing electrical infrastructure. Previous experience with large-scale solar installations is a must. The contract is estimated at $3 million and will likely be awarded based on a firm-fixed-price arrangement. Submissions are due in mid-July, with evaluations focusing on cost-effectiveness, implementation timelines, and past performance in similar projects.
    The US Air Force seeks maintenance and restoration services for the USAF Airman Heritage Museum's static display aerospace vehicles (SDAVs). The goal is to return eight vehicles to their original condition and prevent surface deterioration. The mandatory work, detailed in the Performance Work Statement, includes inspection, preparation, painting, cleaning, and unscheduled maintenance. Vendors must attend a site visit on August 7, 2024, and submit their quotations by August 21, 2024. The evaluation of quotes will consider technical merit, past performance, and price, with the lowest priced, technically acceptable quote being favored. Technical evaluations will assess vendors' approaches to the inspection, preparation, and maintenance tasks. Past performance references must be provided, with their evaluations forming part of the overall assessment. Vendors must also comply with various representations and certifications, including those related to telecommunications equipment and services. Key dates include the site visit, question deadline (August 9), and quotation due date (August 21).
    The government has issued an amendment to a solicitation for contracts related to defense procurement. The amendment extends the deadline for receiving offers, emphasizing the importance of timely acknowledgment. Contractors are required to sign and return the amendment, and those wishing to modify existing offers can do so before the new deadline. The amendment also provides answers to industry questions regarding the solicitation. All other terms and conditions of the original solicitation remain in effect.
    The government seeks a contractor to restore and preserve historic aerospace vehicles, focusing on exterior restoration. The request emphasizes that the work must restore the vehicles to their original appearance, with interiors off-limits, and clarification that the vehicles must remain on-site, as moving them could cause damage. Offerors must submit a separate pricing proposal and adhere to a 10-page limit for their technical submission, while the government confirms that the contractor won't have access to the interior of the vehicles.
    The primary purpose of this procurement amendment is to extend the deadline for receiving offers in response to the solicitation. The amendment provides a new date and time for offer submission, emphasizing the importance of timely acknowledgment. Contractors are required to sign and return the amendment, and those wishing to change their previously submitted offers can do so by telegram or letter, as long as it's received before the new deadline. The amendment also allows for administrative changes to the solicitation, but emphasizes that the core terms and conditions of the original solicitation remain in effect. This clarification ensures contractors have a clear understanding of the extended deadline and the procedures for acknowledging and submitting their offers.
    This file outlines the process for acknowledging and managing amendments to a solicitation or modification of a contract. It specifies the methods and requirements for contractors to accept the terms of the amendment and the consequences of non-compliance. Notably, Amendment 0003 updates the Labor Wage Determination from Revision 23 to Revision 24, effective as of the date of the amendment. The rest of the terms and conditions of the original solicitation remain in place. Contractors must follow the outlined procedures to acknowledge and implement the changes introduced by the amendment.
    The file relates to a government contract for the provision of aircraft maintenance and repair services. It specifies the classes of service employees required, including general maintenance workers, laborers, aircraft painters, and mechanics. Notably, it includes a requirement for a detailed Statement of Equivalent Rates, outlining the wages and benefits these employees would receive if directly hired by the contracting agency. This statement, dated May 2014, ensures compliance with federal labor regulations and provides transparency about the expected costs for each employee category.
    Lifecycle
    Title
    Type
    Similar Opportunities
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor services to perform maintenance and modification work on specialized C-130 aircraft, enhancing fleet sustainment and operational readiness. This contract, valued at up to $45.5 million, is set aside for small businesses and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method. Proposals are due by October 18, 2024, and interested vendors should contact Donna Casey at donna.casey.3@us.af.mil for further details and to request necessary bid documents.
    Plasma Spray Booth Cleaning Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking bids for Plasma Spray Booth Cleaning Services under Solicitation FA813224Q0054. The procurement requires contractors to provide comprehensive cleaning services for plasma spray booths and associated dust collectors, ensuring compliance with safety regulations and manufacturer specifications. This contract is crucial for maintaining operational efficiency and safety standards within military maintenance environments. Interested small businesses must submit their quotes by October 16, 2024, following a site visit scheduled for October 10, 2024, and can direct inquiries to Margaret King at margaret.king.1@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil.
    2025 Air Show Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for logistical support services for the 2025 Aviation Nation Air Show at Nellis Air Force Base, Nevada. The contractor will be responsible for managing essential logistics, including the assembly of tent complexes, seating arrangements, and equipment for approximately 200,000 attendees, while ensuring compliance with safety standards and accessibility requirements. This procurement is critical for the successful execution of a large-scale military event, emphasizing the need for structured logistical operations. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to RSVP for a site visit scheduled for October 8, 2024. For further inquiries, contact 1st Lt Vincent McDonough at vincent.mcdonough.2@us.af.mil.
    Active Vehicle Barrier Maintenance - Davis-Monthan AFB - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Active Vehicle Barrier Maintenance and Repair services at Davis-Monthan Air Force Base (DMAFB) in Tucson, Arizona. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, requiring the contractor to supply all necessary personnel, labor, equipment, and materials as outlined in the Performance Work Statement (PWS). This maintenance is crucial for ensuring the operational readiness and safety of vehicle barrier systems at the base. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to attend a site visit on October 9, 2024, with further inquiries directed to Edilberto Sampang Jr. at edilberto.sampang@us.af.mil or Jerry L. Sauder at 355CONS.PKBA.Services@us.af.mil.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    Overhaul of B-1 Hydraulic Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on the overhaul of B-1 Hydraulic Motors, with a firm fixed-price requirements contract anticipated for one year starting December 2024. The contractor will be responsible for providing all necessary materials, labor, and expertise to restore government-furnished reparables to a like-new condition, ensuring compliance with stringent quality standards and technical specifications. This procurement is vital for maintaining the operational readiness of military aircraft, reflecting the Air Force's commitment to reliable maintenance and parts supply. Interested vendors must submit their proposals by November 13, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a three-year Requirements contract focused on the repair and modification of specific aircraft parts and auxiliary equipment. Contractors are required to submit quotes that include a firm-fixed price, adhering to the Statement of Work to ensure all items are returned to a Ready For Issue (RFI) condition. This procurement is critical for maintaining the operational readiness of defense systems, emphasizing compliance with security protocols and proper handling of Government Furnished Property. Interested contractors must submit their quotes via email to Linda Vong at linda.vong2.civ@us.navy.mil by the specified closing date outlined in the solicitation.
    Repair of B-52 Flow Control Sensor Venturi Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of B-52 Flow Control Sensor Venturi Valves under solicitation FA8118-25-R-0001. The procurement aims to ensure the operational readiness of military aircraft by maintaining essential components, with a firm-fixed-price contract expected to span five years from November 2024 to November 2029. Interested contractors must comply with various regulatory standards and provide a comprehensive supply chain risk management plan, emphasizing quality assurance and timely delivery. For further inquiries, potential bidders can contact Jessica Vinyard at jessica.vinyard.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, with a focus on encouraging participation from small businesses, including women-owned and veteran-owned enterprises.
    Repair of Display Unit, Flight
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Flight Display Units under Solicitation Number FA8117-24-R-0014. The contractor will be responsible for disassembling, analyzing, troubleshooting, repairing, and testing the display units, ensuring they meet all operational specifications and are returned in a serviceable condition. This procurement is critical for maintaining the functionality of military aircraft systems, as the display units play a vital role in flight operations. Interested contractors should contact Cory Wilson at cory.wilson.1@us.af.mil or Tanner Mullins at tanner.mullins.1@us.af.mil for further details, with proposals due by May 31, 2024, following the recent amendment to the solicitation.
    VACUUM FURNACE AND POLYCOLD CHILLERS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting a Firm Fixed Price (FFP) contract for maintenance services on Vacuum Furnaces and Polycold Chillers over a five-year period, which includes one base year and four option years. The contractor will be responsible for performing remedial maintenance in accordance with the Performance Work Statement (PWS), ensuring compliance with original equipment manufacturer (OEM) specifications and safety protocols while utilizing only OEM parts unless otherwise authorized. This procurement is crucial for maintaining the operational efficiency of thermal processing equipment valued at over $20 million, emphasizing the government's commitment to modernizing its facilities. Interested contractors must submit their quotes by November 8, 2024, and can direct inquiries to Bridgette Miles at bridgette.miles@us.af.mil or Patrick Campbell at patrick.campbell.13@us.af.mil.