T-6 Formation Demonstration
ID: FA448425Q0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Other Spectator Sports (711219)

PSC

SOCIAL- RECREATIONAL (G003)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a T-6 Formation Demonstration at Joint Base McGuire-Dix-Lakehurst, New Jersey, scheduled for May 16-18, 2025. The contractor will be responsible for providing two T-6/SNJ Texan Warbird aircraft for the demonstration, ensuring compliance with FAA regulations, and conducting daily performances, along with making the aircraft available for static display afterward. This event is significant for showcasing military capabilities and fostering community engagement, with a total award amount of $16.5 million available for this contract. Interested parties should reach out to Alexander Gibson at alexander.gibson.4@us.af.mil or Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil for further details and to ensure compliance with security protocols outlined in the accompanying documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force provides an Antiterrorism Guide for contractors at Joint Base McGuire-Dix-Lakehurst, emphasizing the importance of security measures to protect personnel and resources from terrorist acts. This document outlines the responsibilities of contractors and subcontractors to familiarize their personnel with the base's Antiterrorism Program, including training and reporting suspicious activities. Contractors must ensure the control of personnel and vehicles to mitigate risks. Suspicious activity, such as surveillance or unusual transactions, must be reported immediately to specific contacts, including security forces and local hotlines. The guide stresses the necessity of preparedness and details on how to report incidents, providing a clear protocol for action to enhance force protection. Key references for compliance include Department of Defense directives and regulations, further underscoring the integration of security measures in contract performance. Overall, the guide aims to foster a proactive approach toward safety and vigilance within the contractor community, ensuring a secure working environment.
    The JB MDL Antiterrorism Office provides a pamphlet aimed at contractors to enhance awareness and vigilance regarding terrorism while operating at Joint Base McGuire-Dix-Lakehurst, New Jersey. It emphasizes the importance of contractors as "Force Multipliers" in observing and reporting suspicious activities. Key focus areas include recognizing irregularities in the environment, such as unfamiliar individuals or vehicles, expired tags, and surveillance efforts by potential threats. Detailed definitions of terrorism are presented along with scenarios illustrating potential victimization by association, location, or opportunity. The document outlines specific suspicious behaviors to report, such as surveillance tactics, information elicitation, and unusual financial activities which might indicate terrorist planning or financing. Contractors are instructed on the procedure for reporting suspicious incidents, including providing critical information to security forces. The document highlights the need for ongoing awareness and communication to maintain security integrity on the base, thus reinforcing the collective responsibility for safety among all personnel present.
    The Performance Work Statement (PWS) outlines requirements for the Contractor to provide two T-6/SNJ Texan Warbird aircraft for a Formation Flight Demonstration at Joint Base McGuire-Dix-Lakehurst Open House from 16-18 May 2025. The Contractor must ensure proper operation under FAA regulations, conduct performances each day, and make the aircraft available for static display post-performance. Compensation will occur post-event, barring advance payments, and any aircraft-related merchandise sales must be pre-approved. The Government will cover lodging, food, transportation, fuel, and hangar space, while the Contractor is responsible for their liability insurance and equipment. Furthermore, all personnel must comply with security regulations, obtain necessary access passes, and ensure all operations align with given schedules and requirements. This PWS serves to detail the obligations and expectations of both parties, enhancing the event’s success and compliance with relevant standards.
    This document outlines the responsibilities related to urgent health care for contractor employees working at Joint Base McGuire-Dix-Lakehurst (JBMDL). The 87th Medical Treatment Facility (MTF) is authorized to provide life-saving medical care to contractors injured on duty, with the understanding that costs for such treatment will be the responsibility of the contractor or the employee, not the MTF or the U.S. Air Force. Once stabilized, contractors will be transferred to civilian medical facilities, and billing will be processed according to services rendered, documented on Air Force Form 552. Should a contractor employee be unable to pay immediately, they will receive a statement of charges, and adequate documentation must be provided to their insurance for payment processing. This statement is to be included in all relevant solicitations and awards, emphasizing the importance of contractors securing their medical payment obligations while maintaining the integrity of military medical resources.
    The Contractor Security Appendix outlines entry control procedures for contractors at Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ. It mandates criminal history and Wants/Warrants checks for all contractors before issuing Installation Access Passes. Visitors needing access up to 60 days will undergo specific verification, while longer-term access necessitates annual background checks. The document emphasizes strict adherence to access lists, vehicle pass requirements, and security protocols, particularly for non-U.S. citizens and subcontractors. Additionally, procedures for establishing free zones during construction within restricted areas are detailed, ensuring minimal disruption to security. Violations of these protocols can result in debarment from the installation. This comprehensive framework aims to manage security risks while facilitating contractor operations efficiently.
    The document details a solicitation for a contract aimed at supporting a Warbird SNJ/T-6 Formation Demonstration for the U.S. Air Force in fiscal year 2025. Issued under solicitation number FA448425Q0008, it highlights a total award amount of $16.5 million, with the project set to occur from May 16 to May 18, 2025. Key points include providing commercial products and services in compliance with federal acquisition regulations. It includes various clauses pertaining to small business participation, including those for Women-Owned Small Businesses (WOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The document also specifies delivery requirements, payment protocols, and contractor obligations related to safety and personnel identification on Air Force installations. Additional supplemented clauses and required representations and certifications are outlined, emphasizing the focus on maintaining compliance with applicable federal regulations. Overall, this solicitation aims to fulfill specific operational requirements while promoting small business involvement in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    B-29 Airshow
    Buyer not available
    The Department of Defense intends to award a sole source contract to Docs Friends Inc. for the provision of internet services related to the B-29 Airshow scheduled for 2025 at Fort Johnson, Louisiana. The contractor will be responsible for supplying a B-29 aircraft and crew for both practice performances and daily demonstrations during the airshow, as the government has determined that only one source is reasonably available for these specific needs. This procurement underscores the importance of specialized services in facilitating military-related public events and showcases the capabilities of the B-29 aircraft. Interested firms may challenge the sole source designation by demonstrating their capabilities, with all inquiries directed to the primary contact, Jonathan Schrank, at jonathan.schrank@us.af.mil or by phone at 318-456-6840, or to the secondary contact, Krystal Ruiz-Velez, at krystal.ruizvelez.1@us.af.mil or 318-456-4011.
    FY25 JBSA Great Texas Freedom Festival Stage, Audio Visual and Technical Support
    Buyer not available
    The Department of Defense, through the United States Air Force, is soliciting proposals for stage, audio visual, and technical support services for the FY25 JBSA Great Texas Freedom Festival, scheduled for April 12, 2025, at Fort Cavazos, Texas. The procurement aims to secure a contractor to provide essential services including stage lighting, sound systems, and technical support, with setup beginning on April 10 and event support required on the festival day. This event is significant as it is expected to attract between 15,000 to 20,000 attendees, highlighting the importance of effective logistical and technical execution for a successful community celebration. Interested small businesses must submit their quotes electronically by March 4, 2025, and can direct inquiries to Joy Grubb or Lorenzo Martinez at the provided contact information.
    Refurbish Ultimate Warrior Statue Joint Base McGuire-Dix-Lakehurst
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the refurbishment of the Ultimate Warrior Statue at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project involves the careful removal, restoration, and reestablishment of the 13-foot statue, with a total budget of approximately $19,000,000 and a performance period of 120 days post-award. This refurbishment is significant as it contributes to the preservation of military heritage and enhances the aesthetic value of the base. Interested contractors should direct inquiries to Emily Scully at emily.scully@us.af.mil or call 609-754-4964, and must adhere to the proposal submission guidelines outlined in the solicitation document.
    CY25 KAFB Air Show – Pyrotechnics
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide professional pyrotechnic services for the CY25 Kirtland AFB Air Show scheduled for May 31 and June 1, 2025. Contractors will be responsible for delivering two daily pyrotechnic displays, each lasting approximately 30 minutes, while adhering to USAF safety standards and ensuring compliance with all necessary regulations and licensing requirements. This procurement is crucial for enhancing public engagement during the air show, emphasizing safety and professionalism in the execution of the event. Interested parties must submit their quotes by March 7, 2025, with proposals remaining valid until June 3, 2025. For further inquiries, contact SSgt Alexander Ramsower at alexander.ramsower@us.af.mil or 505-846-6673.
    Skydio X10D and Associated Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Skydio X10D drones along with associated instructor-led training. This initiative aims to enhance operational capabilities through the acquisition of advanced unmanned aircraft technology, which is critical for various defense applications. Proposals must adhere to the technical specifications outlined in the Performance Work Statement and be submitted by March 7, 2025, at 11:00 AM CST, with a requirement for small business participation under NAICS code 336411. Interested parties can reach out to SSgt Tyler Webber at tyler.webber@us.af.mil or by phone at 701-723-6092 for further information.
    2025 JBLE Air Show-Tents, Tables & Chairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide tents, tables, and chairs for the 2025 JBLE Air Show at Langley Air Force Base in Virginia. The contractor will be responsible for the rental, delivery, setup, teardown, and removal of the equipment, ensuring compliance with all relevant federal, state, and local regulations, including safety standards. This procurement is crucial for the successful execution of the airshow scheduled for April 25-27, 2025, with setup beginning on April 23 and removal concluding by April 28. Interested parties should contact Nathan Kemmerer at nathan.kemmerer@us.af.mil or 757-225-0227, and must submit their proposals by the deadline of March 5, 2024, adhering to the requirements outlined in the Performance Work Statement.
    Lodging for Wings Over Wayne Airshow 2025
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for lodging services during the Wings Over Wayne Airshow 2025, scheduled from April 30 to May 5, 2025, at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The contractor will be responsible for providing a minimum of 25 hotel rooms, with the option to expand to 35, ensuring compliance with quality standards and managing reservations through the Southern Pines Inn Manager. This procurement is significant as it supports government personnel during a major public event, emphasizing the inclusion of small business entities, particularly Women-Owned Small Businesses and Veterans-Owned Small Businesses, in the contracting process. Interested parties should note that the total award amount is $40,000,000, and they can reach out to Lauren Kaae at lauren.kaae@us.af.mil or Nelson Sosa at nelson.sosa@us.af.mil for further information.
    U.S. Naval Test Pilot School Variability Stability System (VSS) Flight Demonstration Services
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking qualified contractors to provide flight demonstration services for the Variability Stability System (VSS) at the U.S. Naval Test Pilot School. The objective of this procurement is to conduct flight demonstrations that will assess the performance and stability of the VSS, which is critical for advancing flight training methodologies and enhancing pilot capabilities. The services are categorized under the NAICS code 611512 for Flight Training and PSC code U099 for Education/Training - Other, highlighting the importance of these demonstrations in military aviation training. Interested parties can reach out to Matthew Hudson at matthew.d.hudson8.civ@us.navy.mil or call 405-426-5100 for further details regarding the solicitation process.
    Expert Operator (Small Unmanned Aerial System) Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Expert Operator Training for Small Unmanned Aerial Systems (sUAS) under the requisition number FA301025Q0008. This training program aims to enhance operational capabilities by providing in-person instruction on the Skydio X2D sUAS, including its enterprise controller and associated software, with a focus on safety and skilled operation. The training will take place in Biloxi and Vancleave, Mississippi, and is part of a broader initiative to support small and women-owned businesses, with an estimated contract value of $34 million. Interested vendors must submit their proposals by March 3, 2025, and can direct inquiries to Stacey Zawalski or Priscilla Brown via the provided contact details.
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking innovative commercial solutions under the "Air Force Operational Commercial Solutions Opening" at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to acquire technologies and services that address capability gaps within the Air Force, with a focus on solutions priced under $30,000, although higher proposals may also be considered. This initiative is crucial for enhancing mission capabilities and operational efficiency, particularly in areas such as logistics, security, and training technologies. Interested small businesses must submit their proposals electronically by September 30, 2025, and can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.