F35 STATIC DISPLAY TRAINING AIRCRAFT TRANSPORT
ID: W50S9H-25-Q-A023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N8 USPFO ACTIVITY WIANG CRTCCAMP DOUGLAS, WI, 54618-5001, USA

NAICS

Coastal and Great Lakes Freight Transportation (483113)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL FREIGHT (V115)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to transport a retired F-35 BF-1 training aircraft from Patuxent River, Maryland, to Marine Corps Air Station Beaufort, South Carolina. The contractor will be responsible for providing all necessary personnel, equipment, and materials to ensure the safe transport of the non-flyable aircraft, utilizing a barge-based maritime solution followed by aerial recovery. This procurement is crucial for maintaining military training assets and is set aside exclusively for small businesses, with proposals due by August 27, 2025, at 1:00 PM CDT. Interested parties should direct inquiries to Riley Smith or Seth I. Swieter via email, and ensure compliance with all submission requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a federal contract under the Women-Owned Small Business (WOSB) program for the transportation of an F35 static display training aircraft. It includes essential identifiers like requisition and contract numbers, along with timelines for submission and performance. The main scope of work involves completing tasks outlined in the attached Statement of Work (SOW) and fulfilling terms as per the associated Federal Acquisition Regulation (FAR) clauses. Bidders must recognize the importance of technical acceptability and cost, with specifics set for criteria in evaluating proposals. The document emphasizes the inclusion of Small Business participation, ensuring compliance with various regulations, and aligns with federal standards regarding contractor obligations. The solicitation suggests a commitment to equity in business opportunities, focusing on fostering participation from women-owned and economically disadvantaged businesses. This aligns with broader federal initiatives to support underrepresented groups in the government contracting arena.
    The Statement of Work (SOW) outlines the process for transporting a demilitarized F-35 BF-1 training aircraft from Patuxent River to Marine Corps Air Station Beaufort. Due to its non-flyable status and configuration, traditional overland or air transport methods are unsuitable. The plan involves using a barge-based maritime solution followed by aerial recovery using a CH-53K helicopter. The contractor must ensure the aircraft remains undamaged during transport, adhering to safety and handling guidelines. Key components of the effort include preparation and lifting with a barge-mounted crane, securing the aircraft for transit, providing accommodations for government escorts during transport, and coordinating the final transfer to MCAS Beaufort. The contractor is required to have experience with similar aircraft relocations and to comply with all legal regulations throughout the process. The anticipated period of performance is 60 days post-contract award, and no personnel security clearances are necessary as the transport operation is unclassified. Overall, the document serves a critical function in facilitating the safe and efficient relocation of military training assets while ensuring compliance with relevant standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Air Show 2026 Buses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide shuttle bus services for the Air Show 2026 at Shaw Air Force Base in South Carolina. The contractor will be responsible for transporting up to 6,000 guests over three days, from March 27 to March 29, 2026, utilizing buses and personnel to operate two distinct routes between designated parking and event bus stops. This service is crucial for ensuring efficient guest movement during the event, adhering to strict security regulations, and maintaining safety protocols. Interested small businesses are encouraged to submit their capability statements and price estimations to SSgt. Mackenzie Fullenlove and Ms. Mar Rodriguez Martinez by email, as the government is currently only requesting information and not formal offers or questions at this time.
    General Freight and Trucking
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for general freight and trucking services. This procurement aims to streamline the acquisition of transportation services necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    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.
    51-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research for a 51-day dry cargo time charter to transport military cargo, including tracked and wheeled vehicles and breakbulk. The procurement seeks U.S. and foreign flag, self-sustaining vessels capable of accommodating a portion of 450,000 square feet of cargo, with the charter period commencing on March 25, 2026, and delivery and redelivery taking place at Beaumont, Texas. This opportunity is crucial for ensuring the timely and efficient movement of military supplies, and interested parties must submit vessel details, proposed layday, daily charter hire rate, and other relevant information by 1000 ET on December 9, 2025, via email to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for training in the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide Initial Qualification Training (IQT) for up to six personnel biannually, encompassing a comprehensive ten-day course that includes system fundamentals, supervised build instruction, and extensive flight training. This training is critical for enhancing the operational capabilities of unmanned systems operators within the military context. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by December 17, 2025, with the contract expected to commence on January 15, 2026, contingent upon future funding availability. For inquiries, contact Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Buyer not available
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.