Skip to main content

An official website of the United States government

You have 2 new alerts

VC-140 Repair and Repaint

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: May 22, 2023 12:04 pm EDT
  • Original Published Date: May 16, 2023 11:38 am EDT
  • Updated Response Date: May 30, 2023 04:00 pm EDT
  • Original Response Date: May 24, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    JB Andrews , MD 20762
    USA

Description

-------------------------------------------Update----------------------------------------------------------

The due date for this solicitation has been extended to Tuesday, 30 May at 1600 EST. 

----------------------------------------------------------------------------------------------------------------

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 488190. The size standard is $40.0 million dollars.

The purpose of this procurement is to acquire services to paint and repair a VC-140 Jetstar located Joint Base Andrews. Attached is the SOW and applicable technical manuals with more details.

 Services to be rendered include:

  • Sanding
  • Corrosion repaired, see tech manual 1-1-691
  • Repainted using high quality, glossy, multicolor paint scheme, automotive paint. See section 1.7 of the SOW for approved colors and attachment one for picture reference and tech manual 1-1-8 for manual application and removal of coatings.
  • Restoration of existing decals and painted markings using painted re-application
  • Windows blacked out with black glossy paint over the windows.

Please indicate if this service can or will be delayed due to high temperatures and humidity.

Also include if an aircraft relocation is something that can also be provided. Please see Sources Sought for VC-140 Aircraft Relocation for more details.

Reponses to this Sources Sought request should reference “Aircraft Repair and Repaint" and shall include the following information in this format:

1. Company name, address, point of contact name, phone number, fax number and email address.
2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.
3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.
4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.
5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.
If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.

All responses to this notice are to be submitted by 12:00 PM Eastern Standard Time, on 24 May 2023. Responses will be accepted via electronic means only to jessee.vasquez_arguera@us.af.mil .

Contact Information

Contracting Office Address

  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA

Primary Point of Contact

Secondary Point of Contact

History