This announcement constitutes an RFI for informational and planning purposes only. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), nor is it to be construed as a commitment by the Government. No contract will be awarded as a result. Industry’s response to the RFI—or lack thereof—will have no impact on the evaluation of responses to any subsequent RFP or Request for Quote (RFQ) released. The information requested will be used within 633 CONS as market research to facilitate decision making (e.g., determining acquisition strategy) and will not be disclosed outside the Government.
Proprietary information submitted shall be appropriately marked. Do not submit confidential information in your response.
Submission Details
Please submit your response to this RFI via email to all RFI POC(s) identified below:
- Mandisa.peters.1@us.af.mil
- vanity.wright@us.af.mil
If you have any questions about this RFI, please direct them to the RFI POC(s) listed. Physical (paper) copies of RFI responses will not be accepted.
Scope of Requirement
The contractor shall provide all management, transportation, tools, supplies, equipment, and labor force with the appropriate skills and/or certifications to ensure a quality corrosion prevention program, to include Aircraft Tow, Wash, Landing Gear Lube and Canopy Transparency Wax on assigned F-22 aircrafts located at Joint Base Langley-Eustis (JBLE), Virginia (VA) in a manner that shall ensure continuous and reliable service.
Description of services
The contractor shall provide supervision, labor, all lube tooling equipment, all tow equipment, and proper safety gear necessary to perform aircraft wash. Aircraft wash is defined as towing the aircraft to the wash rack, performing aircraft wash prep to include masking, taping, installing protective covers, manual external cleaning, lubricating the landing gear, waxing the canopy transparency, documenting all maintenance actions, and returning the aircraft to the Government-designated parking spot.
Please refer to PWS for additional details
Requested Information
Interested vendors are invited to respond with a Capabilities Statement (not to exceed 10 pages) addressing the following:
- Company name, UEI number, and CAGE code
- Business size and status under NAICS 488190
- A description of relevant experience performing aircraft wash and corrosion control on fighter or stealth aircraft platforms, including contract numbers, dollar values, and periods of performance.
- Description of ability to:
- Staff trained/certified personnel
- Use government-approved materials for low-observable surfaces
- Facility clearance and experience working in controlled or limited-access flight lines
- Indication of interest in submitting a proposal if a solicitation is issued
- Any recommendations for contract type, performance metrics, or risk mitigation