Wings Over Wyoming Air Boss and Announcer
ID: FA461325Q1008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Promoters of Performing Arts, Sports, and Similar Events with Facilities (711310)

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 seeking qualified contractors to provide Air Boss and Announcer services for the Wings Over Wyoming Airshow, scheduled for July 26, 2025, at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for managing air operations, ensuring safety protocols, conducting pre-show briefings, and performing crowd control during emergencies, all while adhering to FAA regulations and maintaining a professional demeanor throughout the event. This procurement is a Total Small Business Set-Aside under NAICS code 711310, with a firm fixed-price contract expected to be awarded based on the lowest priced technically acceptable quote. Interested parties must submit their quotes by April 18, 2025, and direct any questions to Amber Wiltanger at amber.wiltanger@us.af.mil or Matthew Gauert at matthew.gauert.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the contractor providing Air Boss and announcer services at the Wings Over Wyoming Airshow, scheduled for July 26, 2025, at F.E. Warren Air Force Base. The contractor is responsible for managing air operations, ensuring safety, coordinating with FAA representatives, and performing crowd control during emergencies. Basic services include developing an air demonstration schedule, conducting safety briefings, and providing equipment, including redundant communication systems. Special services involve managing ground movements, coordinating with ATC, and maintaining a professional demeanor throughout the event. The contractor must comply with quality control measures, security requirements, and safety standards, ensuring the well-being of participants and attendees. Deliverables include FAA forms and safety documentation required for event execution. Overall, the PWS emphasizes adherence to regulatory standards and quality performance to facilitate a safe and successful airshow.
    The Performance Work Statement (PWS) for the Wings Over Wyoming Air Show at F.E. Warren Air Force Base outlines the responsibilities and requirements for the contractor acting as the Air Boss and Announcer for the event. The contractor is tasked with ensuring a safe and successful airshow by managing aircraft operations, coordinating with the FAA, conducting pre-show briefings, and maintaining audience safety during emergencies. Key services include the preparation of an air demonstration schedule, conducting safety briefings, performing crowd control, and liaising with local air traffic control and emergency services. The contractor must possess FAA accreditation and meet specific qualifications related to airshow safety, including managing Temporary Flight Restrictions and FAA waivers. Quality control, operational security, and adherence to environmental and safety regulations are emphasized throughout the document. The scope of work extends to managing ground movements of aircraft, communicating effectively with various authorities, and ensuring compliance with contractual deliverables that must be submitted on specific dates. Overall, the PWS aims to outline a comprehensive framework for the contractor’s role in ensuring the airshow's safety and professionalism while addressing both logistical and regulatory requirements effectively.
    The document FA461325Q1008 outlines various clauses and provisions relevant to federal government solicitations, specifically pertaining to RFPs (Requests for Proposals), grants, and procurement processes. It incorporates numerous clauses by reference, which cover a wide range of compliance requirements including compensation regulations for former Department of Defense officials, whistleblower protections, safeguarding defense information, and prohibitions on telecommunications contracts with certain entities. The clauses address both legal and operational aspects, ensuring contractors are informed of their rights and responsibilities. Moreover, the structure of the document includes mandatory clauses for electronic submissions in the Wide Area Workflow (WAWF) system for payment requests, evaluation criteria for bids, and specific representations and certifications needed from offerors. These elements collectively aim to streamline procurement practices while adhering to federal regulations. The primary purpose of the document is to provide comprehensive guidelines for compliance in federal contracting, ensuring transparency, accountability, and adherence to ethical standards, thereby supporting the integrity of governmental operations and fiscal responsibility.
    The government document FA461325Q1008 provides a comprehensive list of clauses incorporated by reference for contract solicitations related to Department of Defense (DoD) activities, emphasizing contractor obligations and regulatory compliance. The clauses address various topics, including compensation for former DoD officials, whistleblower rights, safeguarding defense information, and prohibitions on engaging with certain foreign regimes. Key provisions outline requirements for electronic payment submissions, environmental considerations, and compliance certifications for small businesses. The document also includes representations regarding labor standards, tax liabilities, and federal compliance pertaining to economic disadvantages and affiliations among corporations. The extensive list of clauses reinforces the government's commitment to ensuring ethical practices, regulatory adherence, and the promotion of small and disadvantaged business participation in government contracting processes. These regulations and requirements are essential for maintaining transparency and accountability in transactions with the federal government, particularly in the context of solicitations for services and supplies. Overall, this document serves as a critical reference for contractors seeking to engage in government contracts, ensuring they meet necessary guidelines and standards.
    The document outlines regulations and procedures concerning contractor interactions and responsibilities for the Air Force Global Strike Command (AFGSC) acquisitions. It begins with the role of an ombudsman responsible for addressing and facilitating the resolution of concerns from offerors. The ombudsman maintains confidentiality but doesn’t impact the decision-making authority of other project officials. Interested parties must first approach the contracting officer with concerns before escalating them to the ombudsman. Health and safety regulations for contractors on government installations emphasize the necessity of accident prevention and adherence to Air Force Occupational Safety and Health (AFOSH) Standards. Violations can lead to contract termination. Additionally, the document details requirements for contractor access to Air Force installations, including obtaining identification and vehicle passes, maintaining compliance with identification protocols, and ensuring the return of passes upon contract completion. Non-compliance can result in payment withholding. The guidelines are essential for maintaining safety and organizational integrity within AFGSC operations, aligning with federal grant and contracting standards.
    The document is a Contractor Response Form related to the solicitation number FA461325Q1008, which seeks bids for an Air Boss and Announcer service for the Wings Over Wyoming event. It outlines the essential components that companies must complete when submitting their proposals. The form requests the legal name of the company, DoD registration details, NAICS code confirmation, socioeconomic status, contact information, and whether any relevant certificates are included with the quote. Companies are expected to select options as indicated in the form to ensure compliance with the government's procurement requirements. This request is part of a broader process for awarding government contracts and emphasizes necessary documentation for vendors interested in providing services for federal events.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Airshow Narrator & Sound/ Audio Technician
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airshow Narrator and Sound/Audio Technician services for the Shaw Air & Space Expo scheduled from March 27-29, 2026. The contractor is required to provide all necessary personnel, equipment, and services, including a narrator with a minimum of five years of airshow experience and a public address/audio system capable of supporting over 50,000 spectators. This procurement is critical for ensuring effective crowd control and narration during the event, which is expected to draw significant public attendance. Interested parties, particularly Women-Owned Small Businesses, should note that the total award amount is $9,000,000, and proposals must be submitted in accordance with the solicitation guidelines. For further inquiries, contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or 803-895-5623.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    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.
    2026 Beyond the Horizon Open House Maxwell AFB - Master Concessionaire
    Dept Of Defense
    The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking sources to provide Master Concessionaire Services for the 2026 Beyond the Horizon Open House and Airshow event scheduled for April 17-19, 2026. The selected contractor will have exclusive rights to sell food, non-alcoholic beverages, and novelty items to an estimated attendance of 100,000, requiring comprehensive infrastructure, management, and logistical support, while adhering to strict food safety regulations and financial controls. Interested parties must submit their responses to the sources sought notice by 2:00 P.M. Central Standard Time on December 15, 2025, to the primary contacts, 2d Lt Easton Flamand and TSgt Jeremy Rash, via the provided email addresses.
    2026 Maxwell AFB Beyond The Horizon - Premium Seating
    Dept Of Defense
    The Department of Defense, through the 42d Contracting Squadron at Maxwell Air Force Base (AFB) in Alabama, is seeking sources to provide Premium Seating Services for the 2026 Beyond The Horizon Open House and Airshow event scheduled for April 17-19, 2026. The contractor will be responsible for offering various premium seating options, including VIP Chalets and Flight Line Club access, to an estimated audience of over 150,000 attendees, while also managing logistical support, ticketing, and compliance with safety regulations. This opportunity is crucial for enhancing the attendee experience at a significant public event, and interested parties must submit their responses to the sources sought notice by 2:00 P.M. Central Standard Time on December 15, 2025, to the primary contacts, 2d Lt Easton Flamand and TSgt Jeremy Rash, via the provided email addresses.
    Great Texas Air Show- JBSA Randolph
    Dept Of Defense
    The Department of Defense, through the 502d Contracting Squadron, is seeking vendors to provide rental, delivery, and setup services for tables, chairs, and tents for the Great Texas Air Show at Joint Base San Antonio on May 2-3, 2026. The procurement includes specific quantities of various seating and table types, as well as a large premium seating tent, with logistics for delivery and setup required between April 30 and May 1, 2026. This event is significant for community engagement and military outreach, necessitating a well-coordinated effort to ensure all equipment is properly set up and secured. Interested parties must submit their responses to the Request for Information by December 15, 2025, at 12:00 PM CST, and can direct inquiries to A1C Seth James at seth.james.1@us.af.mil or Mercedes Perez at mercedes.perez.1@us.af.mil.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.