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 FA460825QS047 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
2025-04) as of 11 June 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 as follows: 2 replica models (B-52H Stratofortress and B-1B Lancer) static
display in the HQ 8th AF need repair, refurbish, repair, new paint, and decals to mitigate water intrusion and
resultant corrosion. located on Barksdale AFB, LA in accordance with Attachment 1 – Provisions and Clauses,
Attachment 2-Statement of Work and Attachment 3 – Wage Determination.
CLIN 0001 – The Contractor shall perform comprehensive repairs on two replica aircraft (B-52H Stratofortress and
B-1B Lancer) in the HQ 8th AF static display in accordance with Attachment 2 – Statement of Work.
PERIOD OF PERFORMANCE:
60 Days ARO
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)
IMPORTANT (MUST READ):
1. This solicitation is subject to the Federal Acquisition Regulation (FAR). Quoters should carefully review
the attached Wage Determination. While the Wage Determination may contain language referencing the
implementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), the
application of Executive Order 14026 and its implementing regulations under this contract are governed by
the FAR.
As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-04, effective June 11,
2025, has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55,
Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the
FAR, will be incorporated into any resulting contract.
Although Executive Order 14026 has been rescinded, implementing language and regulations
rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and
effect until formally modified or rescinded through the FAR.
Quoters are responsible for understanding and complying with all applicable FAR clauses, including, but
not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage
Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause.
By submitting a quote in response to this solicitation, the quoter acknowledges and agrees to the
terms and conditions set forth in this information.
2. The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and
evaluation information, please see attachment 1.
Quotes shall be submitted in electronic format and emailed to jonathan.schrank@us.af.mil no later than the
solicitation due date and time. Email is the required method; however, it is the contractor’s responsibility to follow
up with the listed POC to ensure their quote was received on time. Since the Government anticipates award 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 Wednesday, 30 July 2025.
Answers will be posted on or around 4:00 PM CST on Thursday, 31 July 2025.
Quotes are due no later than 12:00 PM CST on Tuesday, 5 August 2025. (Updated)
The following attachments are applicable to this RFQ:
Attachment 1, Provisions and Clauses
Attachment 2, Statement of Work
Attachment 3, Wage Determination
Points of Contact (POCs):
Contract Specialist: Jonathan Schrank; Telephone: (318) 456-6840; Email: jonahtan.schrank@us.af.mil
Contracting Officer: Thomas Hutchins; Telephone: (318) 456-3729; Email: thomas.hutchins.2@us.af.mi