F-16 Ground Instructional Training Aircraft Relocation
ID: FA303025Q0040Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, 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, through the 17th Contracting Squadron at Goodfellow Air Force Base (AFB), is soliciting quotes for the full-service relocation of an F-16 Ground Instructional Training Aircraft (GITA) from Sheppard AFB to Goodfellow AFB in Texas. The project entails disassembly, crating, packing, transportation, and reassembly of the aircraft, which is utilized for fire protection apprentice training and is non-flyable. The selected contractor will be responsible for providing all necessary labor, equipment, tools, and materials, ensuring compliance with safety and security protocols, and completing the work within a 60-day performance period from the date of award. Interested vendors must submit their quotes by August 15, 2025, at 12:00 PM CDT, to the designated contacts, Amanda Leal and 1st Lt Koen Weaver, with a total contract value of up to $34 million and a requirement for small business participation.

    Files
    Title
    Posted
    This Statement of Work outlines the requirements for relocating an F-16 Ground Instructional Training Aircraft (GITA), tail number AF80-0563, from Sheppard AFB, TX, to Goodfellow AFB, TX. The project includes disassembly, crating, packing, transportation, and reassembly of the aircraft. Additionally, the contractor is responsible for installing three concrete aircraft tie-down points at Goodfellow AFB, adhering to specific construction and material guidelines (UFC 3-260-01). The contractor must provide all necessary labor, equipment, tools, and materials. Key deliverables include a 90-day warranty on reassembly and the submission of a detailed plan of action, including timelines and insurance information. All work is subject to visual inspection and acceptance by a Government representative. Contractors must comply with stringent base access and security requirements, including background checks, specific entry/exit procedures, and anti-terrorism protocols at both Air Force bases.
    This document, "REGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT," outlines wage and benefit requirements for service contracts in Irion and Tom Green Counties, Texas, under the U.S. Department of Labor. It details minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The document provides an extensive list of occupations with their corresponding hourly wage rates and specifies fringe benefits including health and welfare (H&W) contributions ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation accrual (2-4 weeks based on years of service), and eleven paid holidays. It also includes provisions for paid sick leave under Executive Order 13706. Special conditions are noted for computer employees, air traffic controllers, and weather observers, as well as hazardous pay differentials (4% or 8%) and uniform allowances. The document concludes with the conformance process (SF-1444) for unlisted job classifications, emphasizing the importance of aligning job duties with existing classifications.
    The statement of work outlines the full-service relocation of an F-16 Ground Instructional Training Aircraft (GITA) from Sheppard AFB to Goodfellow AFB. The contractor is responsible for disassembling, crating, transporting, and reassembling the aircraft while ensuring compliance with federal, state, and local regulations. Key tasks include preparing the aircraft for shipment, acquiring necessary permits, and maintaining all records associated with the aircraft. Upon reassembly at Goodfellow AFB, the contractor must install three aircraft tie-down points according to specified standards. A 90-day warranty on reassembly is required, alongside proof of insurance and a detailed plan of action. The acceptance of work will involve a visual inspection by a government representative, with the contractor responsible for any damages incurred during the process. Additionally, strict access and security requirements are detailed for personnel entering both Air Force Bases, including background checks and adherence to base protocols. Ensuring compliance with these regulations is vital for the successful execution of this project, which is critical in supporting military training operations.
    This document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-5251, Revision No. 27, dated July 8, 2025. It outlines minimum wage rates for service contracts in Texas, particularly in Irion and Tom Green counties, with wage rates varying by job classification. The document emphasizes compliance with Executive Orders 14026 and 13658 concerning federal contracts awarded after specified dates, imposing minimum pay of $17.75 and $13.30 per hour respectively. Employees must receive specified health and welfare benefits and paid leave, regulated by EO 13706. A conformance process is detailed for any job classifications not listed under this wage determination, ensuring that unlisted classifications are fairly compensated based on relevant criteria. The document serves as a guide for contractors to fulfill their obligations regarding employee compensation and benefits, aligning with federal standards to ensure employee protection. This Wage Determination is pivotal for contractors seeking to comply with federal and state requirements during the bidding process of federal grants and local RFPs.
    The FA303025Q0040 solicitation outlines the requirements for the F-16 Ground Instructional Training Aircraft Relocation, focusing on the disassembly, transportation, and reassembly of a non-flyable F-16 trainer aircraft between Sheppard AFB and Goodfellow AFB. Key responsibilities for the contractor include providing all heavy equipment, tools, and personnel; coordinating and obtaining any necessary transportation permits or escorts; and managing all HAZMAT situations, including disposal in accordance with Texas State and AF requirements. The aircraft is a complete, non-flyable F-16 used for fire protection apprentice training, with a non-functional engine installed and hydraulic fluid present in some systems. The contractor is responsible for ensuring the aircraft is reassembled to its original non-flyable state, maintaining structural and system integrity. Personnel accessing the bases will require visitor passes, Texas Real ID compliance, and a background check. Specialty tools for wing removal are required and must be provided by the contractor. The project has a performance period of 60 calendar days from the date of award, encompassing all planning, coordination, and performance actions. The contractor is also responsible for providing all materials, including F-16 specific hardware and concrete anchoring eyes, and ensuring proper lifting and securing procedures for the aircraft.
    This government Request for Quote (RFQ) is for the full service disassembly, transport, and reassembly of an F-16 Ground Instructional Training Aircraft from Sheppard AFB, TX, to Goodfellow AFB, TX. The acquisition is a 100% small business set-aside with a total award amount of USD 34,000,000.00 and a 60-day period of performance from the date of award. The document details instructions for quoters, including submission requirements, contact information for questions, and deadlines. Quotes are due by August 15, 2025, at 12:00 PM CDT, and must be emailed to the specified contacts. The evaluation criteria prioritize the lowest-priced, technically acceptable quote, assessing both price reasonableness and realism, and technical capability based on the Statement of Work.
    The document is an amendment (FA303025Q0040-0001) to a solicitation (FA303025Q0040) issued by FA3030 17 CONS CC, Goodfellow AFB, TX, effective August 12, 2025. This amendment's primary purpose is to add a
    The document is a solicitation for commercial products and services specifically related to the disassembly, transportation, and reassembly of an F-16 Ground Instructional Training Aircraft, as part of a Women-Owned Small Business (WOSB) initiative. The requisition number FA303025Q0040 indicates a total award amount of $34 million, with a mandatory due date for offers by August 15, 2025. The contractor must provide all required materials and labor, fulfilling the Statement of Work (SOW) to ensure services are efficiently executed. Bidders must be small businesses, adhering to specific FAR clauses regarding compliance and reporting. The submission must include a cover letter with detailed company information and acknowledgments of RFQ amendments. Evaluation of quotes will follow a lowest price technically acceptable (LPTA) criterion focusing on compliance with technical specifications, including a capability statement demonstrating service capability. The period for service delivery is set at 60 days from the award date. Key contacts for inquiries are provided, ensuring clarity in the communication process. The structure emphasizes the importance of compliance with federal requirements, thereby promoting equitable business opportunities for small and women-owned enterprises in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Buyer not available
    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.
    F-16 MTT TSSC
    Buyer not available
    The General Services Administration (GSA) is seeking support services for the F-16 Mission Task Trainer Training Systems under a contract awarded due to unusual and compelling urgency. This procurement falls under the authority of 10 U.S.C 2304(c)(2) and FAR 6.302-2, indicating that the services are critical and cannot be procured through full and open competition. The awarded contract is intended to ensure the continued operational readiness and training capabilities associated with the F-16 aircraft. Interested parties can reach out to Rafael Q. Gumbs at rafael.gumbs@gsa.gov or by phone at 210-980-9651 for further details regarding this opportunity.
    MAFT (IFT-R)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    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.
    Demo B6119
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 6119 at Dyess Air Force Base in Texas. This project involves the complete demolition of the structure, including the removal of various materials such as concrete slabs, HVAC units, and asbestos-containing materials, with strict adherence to safety and environmental regulations. The successful contractor will be responsible for all aspects of the demolition, including site restoration and compliance with federal, state, and local standards. Interested parties should note that the deadline for quote submissions is December 12, 2025, by 12:00 p.m. (CST), and must direct inquiries to Victor Oliveras Miranda at victor.oliveras-miranda@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    F-110 Gearbox, Accessory D
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.