Static Display P-51 Aircraft Paint
ID: FA460825QS026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

Painting and Wall Covering Contractors (238320)

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, specifically the Department of the Air Force, is soliciting quotes for the restoration and painting of a P-51 aircraft on static display at the Barksdale Global Power Museum in Louisiana. The contractor will be responsible for all aspects of the project, including preparation, sanding, priming, and painting, while ensuring compliance with environmental regulations and maintaining the aircraft's original paint scheme and insignia. This initiative is crucial for preserving historical military assets and enhancing their display quality. Interested small businesses must submit their quotes electronically by May 16, 2025, with questions due by May 12, 2025; the contract period is set from June 1 to June 30, 2025. For further inquiries, contact Quaya Ervin at ruquayyah.ervin@us.af.mil or Dana Woodard at dana.woodard.3@us.af.mil.

    Files
    Title
    Posted
    The memorandum dated May 13, 2025, from the 2D Contracting Squadron at Barksdale Air Force Base pertains to Amendment 01 for Request for Quote (RFQ) FA460825QS026 concerning the restoration of a P-51 aircraft. The amendment includes a Question and Answers document that addresses queries from contractors regarding submission formats, compliance with federal acquisition regulations, documentation requirements, and other contractual obligations. Key points include the expectation for all technical submissions to be contained within a three-page limit, adherence to FAR Provision 52.212-1, and the necessity of including various attachments within that limit. It also clarifies that environmental compliance documentation will need to be submitted to the environmental shop before work begins and that travel costs should be included in the pricing structure. The amendment confirms that this solicitation is specific to the restoration of a single aircraft and outlines the contractor's obligations for oversight during the restoration process. The memorandum emphasizes the importance of thorough review of the Performance Work Statement and attachments by the vendors to ensure compliance. Contact information for the contracting officer is also provided for further inquiries.
    The combined synopsis/solicitation FA460825QS026 outlines an RFQ for commercial services using simplified acquisition procedures under FAR regulations. Vendors must be registered in the System for Award Management (SAM) to be eligible. Submissions should be electronic and sent to designated contacts by the specified deadline. Proposals must adhere to FAR 52.212-1, including a valid SAM Unique Entity Identifier (UEI) and an explanation for any discrepancies regarding solicitation terms. Key deliverables involve preparing a static display aircraft, requiring detailed technical approaches and pricing information that includes all associated costs. The evaluation process prioritizes total evaluated price and low quotes will be assessed for technical merit. The best value quote may not always be the lowest price if a higher-rated proposal shows significant technical superiority. Various clauses and provisions govern the contract, including those addressing labor standards, supplier integrity, and environmental considerations. Compliance with the outlined regulations and safety requirements is mandatory. This solicitation reflects the government's commitment to engaging qualified contractors for specialized tasks while ensuring adherence to legal and ethical standards throughout the procurement process.
    The Statement of Work outlines the requirements for the restoration of a P-51 aircraft on static display at the Barksdale Global Power Museum. The project entails repainting and conducting minor repairs to prevent water damage and corrosion, ensuring the aircraft maintains a quality display. The contractor is responsible for managing all necessary resources, while ensuring compliance with environmental regulations. The restoration process involves thorough preparation, including cleaning, sanding, and priming, with careful attention to protect the surrounding environment. The aircraft will retain its original paint scheme, insignia, and markings. Contractors must demonstrate a minimum of 10 years of experience in historical aircraft restoration and provide positive performance references, as well as pass background checks to work on base. The project timeline is estimated to be 14-21 days per aircraft, starting 15-30 days post-contract award. This document is part of a federal RFP aimed at preserving historical assets while adhering to compliance standards.
    The U.S. Department of Labor's Wage Determination No. 2015-5191 establishes minimum wage rates and fringe benefits for various occupations under the Service Contract Act, particularly for contracts awarded in Louisiana. Effective January 30, 2022, contracts must compensate covered workers at least $17.75 per hour, adjusted annually, in line with Executive Order 14026, or at least $13.30 per hour under Executive Order 13658 for older contracts unless renewed. The document lists detailed wage rates for numerous job classifications—such as administrative support, automotive service, food preparation, and healthcare occupations—alongside required fringe benefits. Employers must adhere to health and welfare compensation of $5.36 per hour, along with provisions for paid sick leave and vacation time according to applicable Executive Orders. Additionally, the document outlines processes for wage rate conformance for unlisted job classes and stresses compliance with labor laws. This wage determination is critical for ensuring fair compensation and worker protection within federal contracts, reflecting the government’s commitment to equitable labor standards and compliance with existing employment laws.
    The document is a combined synopsis and solicitation for commercial services related to the preparation and painting of P-51 static display aircraft at the Barksdale Global Power Museum, located at Barksdale Air Force Base in Louisiana. This Request for Quotation (RFQ) is set aside for 100% small business participation, with a small business size threshold of $19 million as defined by the NAICS code 238320. The period of performance is from June 1 to June 30, 2025. Vendors must submit their quotes electronically to a specified email address by the due date, providing required company information. The government outlines that currently, funds are unavailable, and no award will be made until the funds are confirmed, with the right to cancel the solicitation at any time. Key attachments outline the provisions and clauses, statement of work, and wage determinations applicable to the acquisition. The evaluation of quotes will focus on the most advantageous terms to the government, and inquiries must be submitted by specified deadlines, with answers posted subsequently. This initiative underscores the Air Force's commitment to maintaining and preserving military history while supporting small businesses.
    The document outlines a Request for Quotation (RFQ) for commercial services related to the restoration of the P-51 static display aircrafts at the Barksdale Global Power Museum, located at Barksdale Air Force Base, Louisiana. This RFQ, issued by the Department of the Air Force, is specifically set aside for small businesses, conforming to the NAICS number 238320 with a size standard set at $19.0 million. The contractor's responsibilities include prepping, sanding, priming, and painting the aircraft per applicable environmental regulations, with a performance period from June 1 to June 30, 2025. The submission of quotes is due by May 16, 2025, with a prior deadline for questions established for May 12, 2025. The government emphasizes a best value determination approach for awarding the contract, encouraging vendors to provide competitive pricing upfront. Key contacts for the contract include Quaya Ervin, Contract Specialist, and Dana Woodard, Contracting Officer. The RFQ includes important provisions and clauses, with attachments detailing the scope of work and wage determinations required for compliance and contractor evaluation. Overall, this solicitation represents a commitment to maintaining historical aircraft while ensuring compliance with federal acquisition and environmental standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    P-40 Warhawk Performance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a contract for the performance of the P-40 Warhawk, as outlined in the attached Sole Source Justification document. This procurement is categorized under the social-recreational industry and is intended to fulfill specific operational requirements at Little Rock Air Force Base in Arkansas. The P-40 Warhawk is a significant asset for training and operational readiness, emphasizing the importance of maintaining and enhancing its performance capabilities. Interested parties can reach out to Abigail Hebert at abigail.hebert@us.af.mil or Kali Finke at kali.finke@us.af.mil for further details, with both contacts available at 501-987-3837.
    Sabreliner or HU-16 Aircraft Services FY26
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Sabreliner or HU-16 Aircraft Services for Fiscal Year 2026, under solicitation number FA930426Q5000. The contract aims to provide qualified flight instructors and aircraft for conducting Qualitative Evaluation flights and supporting Test Management Projects at Edwards Air Force Base, California. This service is critical for enhancing the training and operational capabilities of the USAF Test Pilot School, ensuring that students gain experience with unique aircraft. Interested parties must submit their quotes by November 24, 2025, with an estimated contract value between $250,000 and $350,000. For further inquiries, contact Jenny L. Meadlin at jenny.meadlin@us.af.mil.
    Aircraft Paints, Primers, and Coatings
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for aircraft paints, primers, and coatings under solicitation number 70Z03826QE0000001. The procurement aims to secure various high-durability epoxy primers and polyurethane topcoats essential for protecting aircraft in maritime environments, with specific requirements for color, gloss, and compliance with military specifications. Interested vendors must provide qualified products, including color coupons for specific shades, and ensure delivery within 30 days, with a contract structure comprising a one-year base period and four one-year option periods. Quotations are due by December 24, 2025, and inquiries should be directed to Denise Bulone at Denise.J.Bulone@uscg.mil.
    Aircraft Wash and Lubrication (C-5)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for aircraft wash and lubrication services for the C-5 aircraft at Westover Air Reserve Base in Chicopee, Massachusetts. The procurement aims to secure a contractor capable of providing comprehensive aircraft wash, lubrication, and corrosion control services, along with emergency and facility maintenance support, as outlined in the Performance Work Statement (PWS). These services are critical for maintaining the operational readiness and longevity of the aircraft fleet. Interested small businesses must submit their proposals by October 31, 2025, with a site visit scheduled for October 8, 2025, and inquiries directed to Robert Stacy at robert.stacy.2@us.af.mil or by phone at 413-557-2134. Note that funding for this contract has not yet been secured, and the government reserves the right to cancel the solicitation if necessary.
    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.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    P-40 Warhawk J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a sole source justification for the P-40 Warhawk Performer. This procurement aims to secure professional support services categorized under PSC code R499, which encompasses various professional services. The P-40 Warhawk is a critical asset, and the selected performer will play a vital role in its operational effectiveness. Interested parties can reach out to Brittany Judd at brittany.judd@us.af.mil or by phone at 919-722-1732 for further details regarding this opportunity.
    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 an estimated total 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, which plays a vital role in national defense. Interested contractors should submit their proposals by December 1, 2025, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further details.
    Coatings and Engravings
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for coatings and engravings services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment (ALRE) and other support equipment essential for naval operations, facilitating a streamlined acquisition process for the government. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years and individual call limits not exceeding $250,000. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a Total Small Business Set-Aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a minimum of 17 units and an estimated total of 142 units, with strict adherence to quality assurance standards and export control certifications. The structural panels are critical components for the B-1 aircraft, emphasizing the importance of compliance with the Buy American Act and other federal regulations. Interested contractors should contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further details, with proposals due by the specified closing date.