Static Display Aerospace Vehicles Restoration
ID: FA489724QC056Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 FAS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Mountain Home Air Force Base, located in Idaho, seeks maintenance and restoration services for its static display aerospace vehicles, including nine aircraft and a B-24 Liberator 3 Blade Propellor. The goal is to ensure historical accuracy and preservation. Within a three-year period, the contractor will be responsible for initial inspections, cleaning, general maintenance, and unscheduled repairs, adhering to strict security and environmental guidelines. The Performance Work Statement outlines the scope, including Air Force Technical Orders for specific tasks. Key deadlines include a site visit in August 2024 and quotations due on the 26th of the same month. With a maximum contract value of $368,000 over five years, the evaluation of vendors will consider technical capability, pricing, and past performance. Interested parties must register in the SAM database and comply with Air Force clauses.

    Point(s) of Contact
    Files
    Title
    Posted
     Project Title: Upgrading Public Safety Communication Systems   RFP Issuing Agency: Department of Emergency Management, State of California   Project Description: Enhance radio communication system for first responders, improving coverage and interoperability across the state, focusing on disaster response. Replace outdated analog systems, integrating new digital technology for improved emergency preparedness.   Scope:  - Supply, installation, and maintenance of digital radio infrastructure, including base stations, repeaters, and portable/mobile radios.  - Coverage mapping, system design, and optimization for robust statewide communication.  - Integration of encryption and data capabilities for secure transmissions.  - Training and support for system use and maintenance.  - 24/7 Technical support for a period of 5 years post-installation.   Budget: $20 million   Submission Deadline: 4 weeks Here is the concise summary: The State of California's Department of Emergency Management seeks proposals for a statewide upgrade of its public safety communication system. The focus is on enhancing radio communications for first responders to improve disaster response. The project involves supplying and installing digital radio infrastructure, ensuring comprehensive coverage, and offering maintenance and support for a five-year period. With a budget of $20 million, the goal is to replace outdated analog systems, boosting emergency preparedness. Proposals are due in four weeks. Does this seem like a fair and concise summary of the file's contents? Please let me know if you would like any changes or additions.
    This file details a comprehensive inspection and maintenance checklist for a static display aircraft, covering various components and surfaces. The checklist aims to assess the condition and structural integrity of the aircraft, documenting any repairable or unrepairable damage. From the wings and fuselage to the landing gear and stabilizers, each section is meticulously inspected, with maintenance personnel recording any necessary repairs or providing detailed descriptions of their findings. This rigorous process ensures the aircraft's airworthiness and adherence to safety standards, with particular attention to the exterior surfaces, hinges, and fairings. The checklist is a vital tool to maintain the aircraft's integrity and serves as a record of its maintenance history.
    The file details a comprehensive maintenance and repair plan for aircraft and their static displays over a three-year period. Each year, across multiple ordering periods, the aircraft and displays will undergo initial inspections, cleaning, sealing, and restoration work. This includes corrosion repair, pedestal and signage maintenance, and regular washing. Additionally, touch-up painting and bird proofing will be conducted as needed. The plan also accounts for unscheduled maintenance, ensuring flexibility. Costs are provided for each service, although some are marked as N/A, indicating they are not required for every ordering period. The breakdown is detailed and financial, offering a clear overview of the maintenance costs for these aircraft and their displays.
    The file details various maintenance and repair requirements for multiple aircraft in the government fleet. Issues range from corrosion and paint damage to concerns with bird nesting, fastener holes, and seals. The F-100 requires attention under its left wing, while the F-4 has multiple areas in need of repair including the bottom center section and near the stands. The F-15 presents with corrosion on its right aileron and requires improved bird proofing. The F-111 needs work on its wings, stabilizer, and bird proofing. There are also multiple aircraft with issues relating to bird presence, including the F-15 near the main gate, and the EF-111 which has a bird nest near its engine cover.
    The Performance Work Statement outlines a contract for restoration and maintenance services for the Static Display Aerospace Vehicles (SDAV) at Mountain Home AFB, Idaho. The goal is to ensure historical accuracy and preservation of nine aircraft and one B-24 Liberator 3 Blade Propellor. Within 90 days, the contractor must perform initial inspections, cleaning, and preparation work. Subsequently, the contractor will receive task orders for general maintenance, structural and corrosion repairs, painting, and washing, with specific requirements detailed in Air Force Technical Orders. The contract includes unscheduled maintenance and adherence to security, quality assurance, and environmental guidelines. Contractor integration and compliance with security clearances, OPSEC, and antiterrorism measures are vital. The work is subject to annual renewal and may be modified as needed. Appendices provide forms and maps relevant to the contract.
    The file pertains to a new contract for the restoration and maintenance of static display aerospace vehicles. The solicitation outlines a single job with a total budget, which vendors have asked to be broken down into separate clin per plane. The government confirms that vendors should use a specified attachment to propose their own unit rates for each category of work on each plane, while task orders will be issued based on individual job requirements.
    The Mountain Home Air Force Base in Idaho has issued a combined synopsis and solicitation for commercial firms to provide maintenance and repair services for aircraft static displays. It is a streamlined request for quotation (RFQ) governed by FAR Parts 13 and 13.106-2(b)(3). Quotations are due by 26 July 2024, with additional site visit and question deadlines in August. Evaluations will be based on technical capability, price, and past performance, with the contract awarded to the vendor offering the best value to the government. The contract is set to last five years, with a maximum value of $368,000. Key requirements include a capability statement, subcontractor details, and a quality control plan. Potential contractors must register in the SAM database and comply with various Air Force clauses and provisions.
    The memorandum is a request for a Base Access Pass for an individual seeking entry. It provides detailed instructions and requirements, emphasizing the need for advance notice, and includes a Privacy Act statement outlining the purpose and routine uses of the information collected. The request form seeks personal details, including name, SSN, birth date, and driver's license number, and specifies the dates and access requirements. It also indicates that background checks will be conducted, and the individual's signature is required to authorize the release of information. The process seems geared towards thorough identification and security checks before granting base access.
    \nProject Title: Upgrading Public Safety Communication Systems\n\nOverview: The goal is to enhance the reliability and interoperability of communication networks used by first responders. The project aims to integrate advanced technologies like broadband and cloud-based solutions to improve emergency communications.\n\nScope:\n- Implementation of a state-wide secure broadband network for first responder agencies\n- Development of a cloud-based communications platform for real-time data sharing and collaboration\n- Integration of existing radio systems with the new network\n- Procurement and installation of ruggedized tablets and smartphones for field use\n- Training and support for end-users\n\nTimeline:\n- Expected project duration: 24 months\n- Phase 1: Network Planning and Infrastructure Setup (6 months)\n- Phase 2: Development and Testing (8 months)\n- Phase 3: Deployment and Post-Implementation Support (10 months)\n\n\n Budget:\nTotal estimated budget: $20 million\n\nEvaluation Criteria:\nThe proposal will be evaluated based on technical merit (40%), implementation timeline (30%), and cost effectiveness (30%).\n\nProposer Qualifications:\n- Demonstrated experience in managing complex technical projects\n- Expertise in telecommunications and public safety communications\n- Ability to integrate legacy systems with modern solutions\n- Strong financial stability and past performance references\n\n \nSolicitations will be accepted from vendors who can meet the above qualifications. interested vendors should submit their proposals by May 15th, 2024.\n\n \nFor any clarifications or questions, contact Procurement Division A, procurement@example.com  Write the concise summary paragraph for this file: Upgrading Public Safety Communication Systems is a 24-month project aimed at enhancing first responders' communication reliability. It entails creating a secure statewide broadband network, developing a cloud-based platform for data sharing, and integrating legacy radio systems. With a budget of $20 million, the project seeks a vendor to implement these solutions, procure devices, and provide training. Proposals will be evaluated based on technical merit, implementation timeline, and cost efficiency, with qualified vendors invited to submit bids by May 15th, 2024.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Architect-Engineer Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 366th Contracting Squadron at Mountain Home Air Force Base in Idaho, is seeking qualified architect-engineer firms to provide a range of professional services under a forthcoming indefinite-delivery, indefinite-quantity (IDIQ) contract. The required services encompass various engineering disciplines, including architectural, environmental, electrical, mechanical, civil, and structural engineering, as well as construction supervision and oversight, all to be assigned via task orders. This contract is significant for maintaining operational excellence at the base, with a maximum order quantity of $1,000,000 and a total contract ceiling of $10,000,000 over a five-year period, anticipated to commence in March 2025. Interested firms are encouraged to submit their qualifications, including a capability statement and relevant information, to the primary contact at 366CONS.PKB.Construction@us.af.mil.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    Overhaul of B-1 Hydraulic Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on the overhaul of B-1 Hydraulic Motors, with a firm fixed-price requirements contract anticipated for one year starting December 2024. The contractor will be responsible for providing all necessary materials, labor, and expertise to restore government-furnished reparables to a like-new condition, ensuring compliance with stringent quality standards and technical specifications. This procurement is vital for maintaining the operational readiness of military aircraft, reflecting the Air Force's commitment to reliable maintenance and parts supply. Interested vendors must submit their proposals by November 13, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor services to perform maintenance and modification work on specialized C-130 aircraft, enhancing fleet sustainment and operational readiness. This contract, valued at up to $45.5 million, is set aside for small businesses and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method. Proposals are due by October 18, 2024, and interested vendors should contact Donna Casey at donna.casey.3@us.af.mil for further details and to request necessary bid documents.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    ICT 1500 - 2500 MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Materiel Command, is seeking a contractor to provide maintenance services for the Industrial Computed Tomography (ICT) 1500 and 2500 systems at Hill Air Force Base in Utah. The contract will encompass on-site maintenance, training, and unscheduled repairs, ensuring the operational readiness of critical imaging systems used for rocket motor inspections. This procurement is vital for maintaining the reliability and efficiency of defense operations, with the contract set to run from November 20, 2024, to November 19, 2029. Interested parties must submit their quotations by October 30, 2024, and direct inquiries to Ashley Perkes or Hideo Mera via the provided contact information.
    Repair: In-Flight Processor, Flight Display Unit, Computer Display, Multiple
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Multiple Display Units (MDUs), In-Flight Processors, and Flight Display Units for military aircraft under Contract ID FA8117-24-R-0023. The procurement aims to ensure that these critical components are returned to serviceable condition, adhering to strict quality assurance standards and military specifications. This opportunity is vital for maintaining the operational readiness and reliability of military aviation equipment. Interested contractors should note that the closing date for proposals has been extended to July 17, 2024, at 3:00 PM CST, and can reach out to Cory Wilson or Tanner Mullins via email for further inquiries.
    Plasma Spray Booth Cleaning Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking bids for Plasma Spray Booth Cleaning Services under Solicitation FA813224Q0054. The procurement requires contractors to provide comprehensive cleaning services for plasma spray booths and associated dust collectors, ensuring compliance with safety regulations and manufacturer specifications. This contract is crucial for maintaining operational efficiency and safety standards within military maintenance environments. Interested small businesses must submit their quotes by October 16, 2024, following a site visit scheduled for October 10, 2024, and can direct inquiries to Margaret King at margaret.king.1@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil.
    VACUUM FURNACE AND POLYCOLD CHILLERS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting a Firm Fixed Price (FFP) contract for maintenance services on Vacuum Furnaces and Polycold Chillers over a five-year period, which includes one base year and four option years. The contractor will be responsible for performing remedial maintenance in accordance with the Performance Work Statement (PWS), ensuring compliance with original equipment manufacturer (OEM) specifications and safety protocols while utilizing only OEM parts unless otherwise authorized. This procurement is crucial for maintaining the operational efficiency of thermal processing equipment valued at over $20 million, emphasizing the government's commitment to modernizing its facilities. Interested contractors must submit their quotes by November 8, 2024, and can direct inquiries to Bridgette Miles at bridgette.miles@us.af.mil or Patrick Campbell at patrick.campbell.13@us.af.mil.
    TF33 STATORS (VANES & SHROUDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to provide TF33 stators (vanes and shrouds) for military aircraft engines, under Solicitation FA812124R0031. The procurement involves a firm-fixed-price request for proposal (RFP) for commercial items, with a focus on ensuring that the components meet stringent military specifications and quality standards. These stators are critical for maintaining the operational readiness of the Air Force fleet, reflecting the ongoing need for specialized military parts. Interested contractors must submit their quotes by October 23, 2024, and are encouraged to contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil for further information.