***This announcement was amended on August 14, 2025 at 3:52PM EST to change the suspense date for offers being due from August 22, 2025 at 4:00PM EST to now being due August 20, 2025 at 4:00PM EST. No other changes were made.***
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued.
This solicitation is issued as a Request for Quotation (RFQ), solicitation number W50S8H-25-Q-A090, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2025-04 effective 11 June 2025). The North American Industry Classification System (NAICS) number is 488190 and the small business size standard is $40,000,000.00. This acquisition is 100% set-aside for Small Businesses.
This requirement is subject to the Service Contract Labor Standards Act. At present, the current Wage Determination 2015-4147 Revision 33 dated 8 July 2025 is applicable, however, the most current Wage Determination shall be applied to the resulting contract award.
Line Items:
CLIN 0001 – 01 Each, Base – North American F-100D Super Sabre Aircraft Corrosion Control & Preservation
Salient features: The contractor shall provide all necessary labor, tools, materials, equipment, and transportation necessary to strip, prime, repaint and otherwise conserve/restore pedestal-mounted static display aircraft on-site.
- Period of Performance is September 15, 2025 through September 14, 2026.
- Award will be based on lowest price.
CLIN 0002 – 01 Each, Option – McDonnel F-4F Phantom II Aircraft Corrosion Control & Preservation
Salient features: The contractor shall provide all necessary labor, tools, materials, equipment, and transportation necessary to strip, prime, repaint and otherwise conserve/restore pedestal-mounted static display aircraft on-site.
- Period of Performance is September 15, 2025 through September 14, 2026.
- Award will be based on lowest price.
- This Option may be exercised at time of award should sufficient funds be available. This Option may also be unilaterally exercised at any time during contract performance and prior to 60 calendar days of contract expriation. Please reference clause FAR 52.217-7 on the attached Combo Niagara Static Displays Word Document.
Address for Performance is:
107th Civil Engineering Squadron
2265 Johnson Street
Niagara Falls ARS, NY 14304
Protests to NG Protest Decision Authority shall be filed at:
National Guard Bureau
Office of the Director of Acquisitions
ATTN: NGB-AQ-O
111 S. George Mason Dr.
Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
A. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items.
B. Offerors shall remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS IAW FAR 52.212-3, following the instructions as provided in the clause.
C. By offer submission in response to this synopsis the offeror agrees to comply with all terms and conditions IAW FAR 52.212-4 - Contract Terms and Conditions - Commercial Items.
D. The ATTACHED PROVISIONS & CLAUSES are incorporated into this RFQ and any resulting contract award.