COMBINED SYNOPSIS/SOLICITATION:
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation is attached. Solicitation W50S9H-25-Q-A023 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2025-04, dated 11 June 2025. This requirement is set-aside 100% Small Business. North American Industry Classification System Code (NAICS) is 483113 – Coastal and Great Lakes Freight Transportation, with a size standard of 800 Employees. All qualified Small Businesses under this industry are encouraged to submit quotes.
DESCRIPTION OF REQUIREMENT: One (1) Job - F-35 STATIC DISPLAY AIRCRAFT TRANSPORT IAW attached Statement of Work
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to transport one (1) retired (demilitarized), non-flyable F-35 BF-1 training aircraft from Patuxent River (Pax River) Maryland to Marine Corps Air Station (MCAS) Beaufort South Carolina for its use as a maintenance training asset.
See attached SF 1449 Solicitation and Statement of Work for additional information and CLIN structure.
Contract Award will be in accordance with FAR 52.212-2 - Evaluation-Commercial Products and Commercial Services.
REFERENCES:
The following publications are available electronically at www.acquisition.gov
Federal Acquisition Regulation (FAR)
Defense Federal Acquisition Regulation Supplement (DFARS)
SPECIAL INSTRUCTIONS:
Offerors shall be required to return the attached Standard Form 1449 Solicitation, W50S9H-25-Q-A023 signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors Addendum 1 and any additional fill-in provisions.
All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database prior to submission of quotations in accordance with FAR 4.1102(a).
Quotes must include estimated delivery date, SAM Unique ID Number, and Tax Identification number.
Pricing must be valid until 30 September 2023.
QUESTIONS DUE DATE AND TIME:
All questions concerning this solicitation shall be sent via email to: WI.CRTC.VF.Contracting@us.af.mil by 19 August 2025 at 01:00 PM CDT.
A question and answer (Q&A) will be posted, if required, approximately 3 business days after all questions have been received.
OFFER DUE DATE AND TIME:
Offers are due 27 August 2025 at 01:00 PM CDT.
Offerors MUST provide quote via e-mail only.
LATE OFFERS:
Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations or modification of quotes received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).
CONTRACTING OFFICE CONTACT INFORMATION:
All offers and questions pertaining to this solicitation shall be sent by email to the following email address: WI.CRTC.VF.Contracting@us.af.mil