SOLICITATION NOTICE
J -- Static Display P-51 Aircraft Paint
- Notice Date
- 5/13/2025 1:21:26 PM
- Notice Type
- Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
- ZIP Code
- 71110-2438
- Solicitation Number
- FA460825QS026
- Response Due
- 5/16/2025 10:00:00 AM
- Archive Date
- 05/31/2025
- Point of Contact
- Quaya Ervin, Phone: 3184562201, Dana Woodard, Phone: 3184566889
- E-Mail Address
-
ruquayyah.ervin@us.af.mil, dana.woodard.3@us.af.mil
(ruquayyah.ervin@us.af.mil, dana.woodard.3@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The purpose of this amendment is to: a. Provide supplemental information in the form of a Question and Answers document. Attachment: *Amendment 1: P-51 Aircraft Paint The P-51 aircraft on static display in the museum airpark needs new paint and minor repairs to mitigate water intrusion and resultant corrosion and must be repainted in order to provide a quality display appearance. The contractor shall provide all management, tools, supplies, equipment, parts, and labor necessary to accomplish the painting of the static display aircraft. The contractor will also be responsible for ensuring environmental regulation compliance. The objective of this service is to properly prep, sand, prime, and paint the Barksdale Global Power Museum P-51 static display aircrafts. All bird proofing will be removed, and any remnants of nests/wildlife will be removed/disposed of, and new bird proofing installed prior to painting. Prior to cleaning and paint removed, the area under the aircrafts will be tarped to contain paint chips for proper disposal. Surface contamination will be removed through use of high-pressure washer utilizing water only. After sufficient drying time, existing paint will be scraped and sanded to feather edge, peeled or otherwise defective paint and to properly scuff surface in preparation for paint application. Care will be taken by contractor during task in order to protect ground underneath and around aircraft from negative environmental impact. At the end of each day or prior to a rain event, paint chips collected on the tarps will be swept up and placed into drums. Tarps will be reused to the greatest extent possible to reduce the amount of waste generated. All paint chips, paint, rags and debris generated will be managed as directed by the Base Hazardous Waste Program Manager. Contractor will meet with Program Manager prior to the start of any activities. If any corrosion/metal deterioration is discovered, it will be removed and repaired prior to paint application. The aircraft is to be painted in its current paint scheme with all current insignia and markings. Insignia and markings (i.e., stars and bars, tail number) will be repainted in the same size, color, and location as they are currently. Stenciling will be reapplied in the proper location and size and painted on. The aircraft engine inlet covers and landing gear will be repainted as well. The windows will also be prepped and painted and have the same polyurethane clear coat as the rest of the aircraft. Vinyl stickers will not be used unless approved by curator. Unpainted surfaces (landing, taxi lights, navigation, and position lights, etc.) will be masked off and protected from paint overrun. If aircraft skin has original unpainted metal surfaces, they will be polished to a mirror finish rather than painted. Care will be taken by contractor during task in order to protect ground underneath and around aircraft from negative environmental impact. Primer (LICP 200 Industrial primer or better) will be applied to ensure solid paint application. The color coats will be Industrial Catalyzed Urethane type paint or better (subjective to approval by curator). You must obtain a wet mil thickness of 4.0-4.5 mils. One coat applied in two medium wet passes may be adequate to accomplish the above specification. If not, a second coat will be applied. Then 2 or more coats of Valspar AC4400 Clear coat HS or better will be applied to give a high gloss and long-lasting UV protection. Paint application depends on chemical composition of the paint used. All paint and primers containing hazardous air pollutants (HAPs) and/or volatile organic compounds (VOCs) cannot be sprayed and must be applied by rolling or brushing. All SDS�s must be provided to the CE Environmental Office. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460825QS026 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-03) as of 17 January 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 238320. The small business size standard is $19.0M. CONTRACTING OFFICE ADDRESS: Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110,United States (US). DESCRIPTION/PURPOSE: The purpose of this requirement is to properly prep, sand, prime, and paint the Barksdale Global Power Museum P-51 static display aircrafts located on Barksdale AFB, LA in compliance with all applicable environmental regulations and will conduct training in accordance with 0001 - Attachment 1 � Provisions and Clauses 0002 - Attachment 2 - Statement of Work (SOW) 0003 - Attachment 3 � Wage Determination. 2015-5191 Rev 26. CLIN 0001 - P-51 Static Paint Restoration PERIOD OF PERFORMANCE: 1 June 2025 � 30 June 2025 PLEASE PROVIDE INFORMATION BELOW: COMPANY: _______________________________________________ DATE: ________________________ SAM UEI: ____________________________________________ CAGE NUMBER: _______________________ POC:__________________________________________ TELEPHONE #: ____________________________ E-MAIL ADDRESS: ____________________________________ TAX ID #: __________________________ Do you have capacity to invoice electronically through WAWF? (Yes / No) Notice to Offeror(s)/Supplier(s): Funds are presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. IMPORTANT: The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1. will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response. BEST VALUE DETERMINATION: The Government intends to award a contract to the responsible quoter whose quote conforms to the solicitation�s requirements and is determined to be the Most Advantageous to the Government based upon an integrated assessment of the evaluation factors described further in attachment 1 and a comparative assessment of the quotes. IMPORTANT DATES AND TIMES: Questions will be due no later than 12:00 PM CST on Monday, 12 May 2025. Answers will be posted on or around 4:00 PM CST on Wednesday, 14 May 2025. Quotes are due no later than 12:00 PM CST on Friday, 16 May 2025. The following attachments are applicable to this RFQ: Attachment 1, Provisions and Clauses Attachment 2, Statement of Work Attachment 3, Wage Determinations 2015-5191 Rev 26
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1a69d6408c74b278823aa0a295463f7/view)
- Place of Performance
- Address: Barksdale AFB, LA, USA
- Country: USA
- Country: USA
- Record
- SN07440620-F 20250515/250513230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |