7 BW/CVM Thunderbolt II A-10C Static Display Shipping Service
ID: FA466125Q0111Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4661 7 CONS CDDYESS AFB, TX, 79607-1581, USA

NAICS

Specialized Freight (except Used Goods) Trucking, Long-Distance (484230)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

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 the disassembly, shipping, and reassembly of an A-10C Thunderbolt II aircraft for static display at Dyess Linear Air Park in Texas. The contractor will be responsible for transporting the aircraft from Sheppard Air Force Base to Dyess Air Force Base, ensuring compliance with safety and environmental regulations throughout the process. This project is significant for preserving military history and enhancing public display capabilities. Interested small businesses must submit their quotes by the extended deadline of 5:00 PM CDT, and inquiries can be directed to TSgt Rey Anthony Imperial at rey_anthony.imperial@us.af.mil or SSgt Maren Quinones-Burgess at maren.quinones-burgess@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the Request for Proposal (RFP) for disassembly, shipping, and reassembly services of an A-10C Thunderbolt II aircraft from Sheppard Air Force Base (AFB) to Dyess AFB. The contract requires the contractor to manage all aspects of the transport process—including planning, disassembly, safe transport, and reassembly of the aircraft—while adhering to strict safety, security, and environmental regulations. The services must be performed without government supervision, and the contractor is responsible for all necessary equipment and personnel. Essential details include the prohibition of inherently governmental functions by contractors and the requirement for qualified personnel to manage the project, especially regarding safety compliance with OSHA standards. The document specifies inspection and acceptance criteria, outlines deliverables including an authorization letter and shipping bill, and notes the government will provide no materials or equipment. This project aims to fulfill the historical preservation initiative by promoting static display of the A-10 at Dyess AFB, representing the government’s commitment to maintaining aviation heritage. The comprehensive guidelines ensure that all processes meet federal standards, and contractor performance is subject to government oversight.
    The document FA466125Q0111 is a government solicitation that outlines the clauses applicable to contracts related to the U.S. Department of Defense (DoD) and the acquisition of commercial products and services. It incorporates various clauses by reference, addressing requirements for compensation, whistleblower rights, cybersecurity, and restrictions against specific foreign entities, such as those associated with the Maduro regime and the Xinjiang Uyghur Autonomous Region. The solicitation highlights conditions for evaluating offers based on technical capability, price, and past performance, stipulating that the government intends to award contracts to responsible offerors. Key administrative details include requirements for electronic payment submissions through the Wide Area Workflow system and various certifications for compliance with labor laws, tax obligations, and previous contract performance. The document emphasizes ethical business conduct, including anti-corruption measures and security of telecommunications during contract execution. Overall, it maintains a focus on ensuring compliance with federal standards in procurement practices while supporting small businesses and protecting national security interests.
    The statement of work outlines a contract for disassembly, shipping, and reassembly services of one A-10C Thunderbolt II aircraft from Sheppard AFB to Dyess AFB. The contractor is responsible for managing the entire process, which includes coordinating with military personnel, disassembling parts of the aircraft, transporting the components securely, and reassembling the aircraft at its new location. Key deliverables include an authorization letter upon arrival and completion of assembly documentation. The contract emphasizes compliance with safety and environmental regulations while ensuring security protocols on military installations. The period of performance is one-time, with tasks outlined for both pre- and post-transport operations. The contractor must provide skilled personnel, including a contract manager with significant experience in aircraft restoration, and ensure adherence to operational guidelines and government standards. This document serves to facilitate the display of military history and aircraft preservation as part of a broader initiative by Dyess Air Force Base.
    The document outlines the requirements for a contract to disassemble, transport, and reassemble an A-10C Thunderbolt II aircraft from Sheppard Air Force Base (AFB) to Dyess AFB. The primary objective is to prepare the aircraft for static display at Dyess Linear Air Park. The contractor will handle all necessary tasks, including disassembly of specific aircraft components, arranging secure transportation, and ensuring proper reassembly on-site. Key responsibilities include maintaining safety standards, complying with environmental regulations, and following established security protocols. The contract specifies that the government will not provide any additional equipment or materials; all items must be supplied by the contractor. Deliverables include the authorization letter, bill of lading, and aircraft documentation, all to be presented upon arrival at Dyess AFB. The document emphasizes that contractor personnel must be qualified and adhere to strict safety and security measures while working on military installations. The goal of this endeavor is to successfully transport and present the aircraft for public display while ensuring compliance with all military and federal regulations throughout the process.
    The Department of the Air Force's 7th Contracting Squadron issued a memorandum regarding Request for Information (RFI) FA466125Q0111 concerning the A-10C Thunderbolt II Static Display aircraft shipping requirements. The document addresses vendor inquiries, documenting vendor capabilities and the Department's responses. Key inquiries include the provision of equipment and services, clarification about the condition of the static display, and the logistics of teardown. Notably, it emphasizes that Dyess AFB will not supply heavy equipment and that teardown will happen outdoors at Sheppard AFB. Additional details concerning the aircraft's engine status and specifications will be provided post-award to the selected vendor. The document serves as an essential reference for vendors interested in the solicitation, guiding their proposals in adherence to the stated requirements. Interested parties can reach out to the listed contract specialist for further assistance.
    The document outlines a confirmation request regarding the safety clearance of various aircraft systems before the de-militarization (de-mil) process. It specifies multiple systems—including the 30mm gun system, fuel tanks, and hydraulic systems—that must be rendered safe or completely drained of hazardous materials. The response confirms that all items listed are on the safety clearance list and will be addressed during the de-mil process. The focus on ensuring that all hazardous materials are properly handled reflects adherence to safety protocols and requirements, critical in government operations and compliance. This context reinforces the importance of mitigating risks associated with military equipment disposal, emphasizing regulatory adherence within federal and state procurement processes.
    The document outlines a Q&A session regarding the safety protocols for various aircraft systems as part of a demilitarization process. It details the specific systems that have been confirmed as rendered safe and cleared of hazardous materials, including the 30mm gun system, chaff/flare system, fuel tanks, hydraulic lines, and pilot survival kits. The response confirms that all items listed are included in the safe list and will undergo appropriate removal or draining during the demilitarization (demil) process. Additionally, the document clarifies that the project in question is a new, standalone initiative, rather than a recompete of an incumbent project. This information is crucial for ensuring safety compliance and readiness for any upcoming federal RFPs or grant opportunities related to aircraft demilitarization efforts.
    This document addresses key questions related to the departure location at Sheppard Air Force Base for contractor activities involving aircraft disassembly and reassembly. It clarifies that there are no underground utilities at the site and provides reference photographs in an accompanying appendix. The contractor is responsible for any damages caused during their operations and must report potential damages to the Contracting Officer. The designated roadways can accommodate the moving equipment, and while Base Security Forces will not be present, they will assist in route deviations if necessary. The Environmental Support Team is typically unavailable unless an incident occurs. Specific equipment usage, such as an engine stand, requires clarification, and staging of trucks and cranes for a week is permitted. The document emphasizes that welding is generally not allowed for disassembly, although drilling is permitted within certain limits. The overarching purpose of the document is to clarify contractor responsibilities and operational guidelines to ensure safe and compliant execution of the project in relation to federal RFP processes.
    This document presents a series of questions and answers regarding operational procedures for a project at Dyess Air Force Base, specifically concerning the reassembly of equipment on-site. Key points include the absence of underground utilities, with contractors responsible for any damages incurred during the process. Safety oversight will align with OSHA regulations, and coordination with the Base Safety Office will be facilitated post-award. It is confirmed that there will be no need for Base Security presence unless traffic control is required, and a Bio-Engineering team may be arranged but is likely unnecessary due to prior system purging. The use of staged flatbed trucks and cranes is permitted, and any welding for disassembly should avoid damaging surrounding materials. Altogether, these clarifications support compliance and operational efficiency for contractors involved in the project at the Air Force Base. The document serves as a crucial resource for companies responding to the RFP, ensuring they understand the requirements and site conditions.
    The 7th Contracting Squadron at Dyess Air Force Base has issued a Request for Information (RFI) regarding the disassembly, shipping, and reassembly of an A-10C Thunderbolt II Aircraft for static display purposes. This RFI is intended for market research to identify small businesses capable of meeting specific requirements, as outlined in the attached specifications. Interested vendors are requested to respond by 1:00 pm on June 27, 2025, detailing their capabilities and whether they can fulfill the outlined demands. The NAICS code for this requirement is 484230, which pertains to long-distance specialized freight trucking. The information received will help determine if a small business set-aside is feasible and will inform the creation of a formal Request for Quote (RFQ) in the future. Responses should be submitted via email to the designated contact, and all provided information will remain confidential within the 7th Contracting Squadron. For further inquiries, the contact details are provided. This RFI illustrates the government's initiative to engage small businesses in defense-related logistics and procurement.
    The document is a Request for Quote (RFQ) from the United States Air Force for a Firm-Fixed Price contract regarding the disassembly, shipping, and reassembly of an A-10C Thunderbolt II Static Display. Issued by Dyess Air Force Base in Texas, it outlines the proposal submission process, deadlines, and technical requirements. Offerors must provide signed documentation, technical specifications, and a delivery timeline that adheres to the government's preference of 30 calendar days after contract award, with a maximum allowable extension of 60 days. All offers must be submitted via email by July 14, 2025, and are evaluated based on the lowest price for technically acceptable items. The document includes specific attachments that detail provisions, a statement of work, and wage determinations. The Air Force reserves the right to cancel the solicitation at any time without financial obligation to the proposing contractors. This RFQ reflects a structured approach to procurement, ensuring competitive pricing and compliance with federal contracting standards.
    The document is a combined synopsis/solicitation for a Request for Quote (RFQ) regarding the disassembly, shipping, and reassembly of an A-10C Thunderbolt II static display. Issued by the 7 CONS/PKB at Dyess AFB, the RFQ (# FA466125Q0111) expects submissions by email, which must include a signed RFQ page, technical specifications, and a technical approach. The government plans to award a Firm-Fixed Price (FFP) contract, focusing on the lowest priced technically acceptable offers without any set-asides for small businesses. Questions about the RFQ can be directed to a specified email before the stated deadline. The desired delivery schedule is 30 calendar days after contract award, with a maximum extension of 60 days allowed. Important provisions, attachments outlining the Statement of Work, and wage determinations are included. This RFQ emphasizes the government's transparent approach to procurement while ensuring that it meets timely project completion and quality standards for this specific military display requirement.
    Lifecycle
    Similar Opportunities
    Demo B6142
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the demolition of Building 6142 at Dyess Air Force Base in Texas. The project involves the complete demolition of the structure, including concrete slabs and foundations to a depth of three feet below grade, along with the removal of all associated interior and exterior components, while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the base and ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals by December 16, 2025, at 12:00 PM CST, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Dept Of Defense
    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.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    P-40 Warhawk Performance
    Dept Of Defense
    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.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    Repair of B-1B Torque Motor
    Dept Of Defense
    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 a total estimated 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, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    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.