B-2 Static Display Aircraft Restoration
SOL #: FA460826QS012Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA4608 2 CONS LGC
BARKSDALE AFB, LA, 71110-2438, United States
Place of Performance
Fort Johnson, LA
NAICS
Painting and Wall Covering Contractors (238320)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components (J015)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 5, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Mar 27, 2026, 6:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting quotations (RFQ FA460826QS012) for B-2 Static Display Aircraft Restoration at Barksdale Air Force Base, LA. This Total Small Business Set-Aside opportunity seeks comprehensive repair, refurbishment, and repainting services to ensure the long-term preservation of the B-2 static display aircraft. Quotes are due by March 27, 2026, at 1300 PM CDT.
Scope of Work
The contractor will provide all management, labor, materials, tools, equipment, parts, and supplies for the restoration. Key tasks include:
- Aircraft Restoration: De-installation, transport to a restoration facility, and re-installation of the aircraft. Thorough cleaning to remove dirt, debris, and mold. Identification and repair of all leaks, cracks, and damaged components, including internal bracing. Repair of delaminated areas using epoxy, fiberglass, and mesh.
- Painting & Finishing: Sanding, priming, and repainting the aircraft in its original paint scheme, reapplying all current insignia, markings, and stenciling. Application of a clear coat and UV sealant for enhanced protection. Specific paint requirements include LICP 200 Industrial primer or better, Industrial Catalyzed Urethane type paint or better (4.0-4.5 mils wet thickness), and 2+ coats of Valspar AC4400 Clear coat HS or better. Paint application for HAPs/VOCs must be by rolling or brushing.
- Pedestal Restoration: Cleaning, sanding, priming, and repainting the pedestal in its original color, with a clear coat and UV sealant. Structural repairs to the pedestal are not included.
- Environmental Compliance: Management of paint chips, paint, rags, and debris as directed by the Base Hazardous Waste Program Manager. Provision of Safety Data Sheets (SDS) to the CE Environmental Office.
Contract Details
- Type: Request for Quotation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Award Basis: Best value determination based on price/technical evaluation. The lowest three offers will undergo technical evaluation.
- Period of Performance: Work to commence within 60 calendar days of contract award, not to exceed 90 calendar days from commencement.
- Warranty: A workmanship warranty of not less than five (5) years is required, covering labor for repair, refurbishment, and repainting against defects like peeling, blistering, cracking, flaking, premature coating breakdown, and corrosion from improper application. It excludes normal wear/tear, UV fading, or damage from extreme weather.
- Award Structure: The entire scope of work is consolidated into a single CLIN, meaning the award will be ALL or NONE.
Key Dates & Submission
- Site Visit RSVP Deadline: Wednesday, March 18, 2026, 0900 AM CDT.
- Site Visit: Thursday, March 19, 2026, 0900 AM CDT (meet at 0800 AM CST at specified gates for base access).
- Questions Due: Friday, March 20, 2026, 1300 PM CDT.
- Quotes Due: Friday, March 27, 2026, 1300 PM CDT.
- Submission: Quotes must be submitted via email to the Contract Specialist and Contracting Officer. Technical and Price proposals must be separate files. The Technical Plan is limited to two pages.
Points of Contact
- Contract Specialist: SSgt Damarcus Ikard (damarcus.ikard@us.af.mil, 318-456-0817)
- Contracting Officer: Mrs. Dana Woodard (dana.woodard.3@us.af.mil, 318-456-6889)
People
Points of Contact
SSgt Damarcus IkardPRIMARY
Dana WoodardSECONDARY
Files
Versions
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 5, 2026