- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
C-45 Aircraft Paint
Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: LA. Response deadline: Apr 09, 2026. Industry: NAICS 238320 • PSC J015.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 238320 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 18 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238320
Description
Combined Synopsis – Solicitation
This is a combined synopsis/solicitation for commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number FA460826QS015 is issued as a (RFQ) for paint and minor repairs of C-45 Static Display Aircraft. This acquisition is set-aside for small business concerns. This solicitation primarily incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov
.
The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotations. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. If funds are not available to fund the entire contract value, the Government reserves the right to re-evaluate quotations by unit price per service and issue an award on a SOME, NONE, or ALL basis for each individual service needed.
Description of Requirement:
The purpose of this requirement is to properly prep, sand, prime, and paint the Barksdale Global Power Museum C-45 static display aircraft located on Barksdale AFB, LA in accordance with Attachment 1 – Statement of Work Dated 30 March 2026, and Attachment 2 – Wage Determination.
Period of Performance:
30 Days
Contract Line Item Number (CLIN):
0001
The Contractor shall properly prep, sand, prime and paint C-45 static display aircraft in accordance with Attachment 2 – Statement of Work Dated 30 March 2026.
Best Value Determination:
Contract award will be based on price/technical to determine best value.
Due Date and Time:
•Questions must be submitted via email to the Contract Specialist and Contracting Officer listed below by 12:00 PM CST on Friday, 03 April 2026
•Answers to questions submitted in accordance with (IAW) specified due date will be provided on or around Tuesday, 07 April 2026
.•Quotes must be submitted via email to the Contract Specialist and Contracting Officer listed below by 4:00 PM CST on Thursday 09 April 2026.
Points of Contact (POC):
Contract Specialist: SSgt Tyler Parsons; Telephone: (318) 456-9725; Email: tyler.parsons.3@us.af.mil
Contracting Officer: Thomas Hutchins; Telephone: (318) 456-3729; Email: thomas.hutchins.2@us.af.mil
Applicable Provisions in Full Text:
FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services
(a)Submission of offers. Submit offers (quotes) to the POC specified in this solicitation IAW due datesand times specified in this solicitation. Quotes will include:
(1)Offeror’s name/company name, address, telephone number and email address.
(2)Offeror’s SAM Unique Entity Identifier (UEI) number.
(3)Offerors must review Attachment 3 - Wage Determination. Be advised that FAR 52.222-55,'Minimum Wages for Contractor Workers Under Executive Order 14026,' remains in effect as ofthe date of this solicitation. Although the executive order was rescinded, the implementing FAR clause has not yet been modified. Therefore, any conflict between the attached Wage
Determination and FAR 52.222-55 will be resolved in favor of the FAR clause
(4) Information necessary to evaluate the factors contained in the provision at 52.212-2.
(5) Technical Plan not exceeding three (3) pages outlining how Offeror will accomplish the task
outlined in (A) below. The Technical Plan should be clear, concise, and include sufficient detail
for effective evaluation and to substantiate the stated information. The Technical Plan should not
rephrase or restate the Government’s requirements but rather provide convincing rationale to
address how the Offeror intends to meet the requirement. Offerors should assume the
Government has no prior knowledge of their company or experience and will use the information
in the Technical Plan to evaluate the quote. Offerors’ Technical Plan should include:
(A) The manner in which the offeror will
The objective of this service is to properly prep, sand, prime, and paint the Barksdale
Global Power Museum C-45 static display aircraft in accordance with (IAW)
Attachment 2 – Statement of Work Dated 24 March 2026.
(6) A statement specifying agreement with all terms, conditions, and provisions included in the
solicitation and any solicitation amendments.
(b) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar
days from the date specified for receipt of offers.
(c) Late submissions, modifications, revisions, and withdrawals of offers. Offerors are responsible for
submitting quotes in electronic format to the listed POC by the due date and time specified in this
solicitation. It is the Offeror’s responsibility to follow up with the POC to ensure quote was received on
time.
(d) Contract award. The Government intends to evaluate offers and award a contract without discussions
with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the
Government reserves the right to conduct discussions, if necessary. The Government may reject any or all
offers if such action is in the public interest, accept other than the lowest offer, and waive informalities
and minor irregularities in offers received.
(e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose
the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed Offeror’s
offer.
(2) The overall evaluated cost or price and technical rating of the successful Offeror and the
debriefed Offeror and past performance information on the debriefed Offeror.
(3) The overall ranking of all Offerors when any ranking was developed by the agency during
source selection.
(4) A summary of the rationale for award.
(5) For acquisitions of commercial products, the make and model of the product to be delivered
by the successful Offeror.
(6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the
agency followed source-selection procedures set forth in the solicitation, applicable regulations,
and other applicable authorities.
(End of provision)
FAR 52.212-2 Evaluation—Commercial Products and Commercial Services
(a)Evaluation factors. The Government will award a contract resulting from this solicitation to theresponsible Offeror whose offer conforming to the solicitation will be most advantageous to theGovernment, price and other factors considered. The following factors will be used to evaluate offers:
(1)Price: The total evaluated price will include the total price of all line items. The price will beevaluated based upon price and ranked lowest to highest. The price evaluation will determinewhether the proposed price is complete, fair and reasonable, and not unbalanced.
(2)Technical: Lowest three (3) offers will undergo technical evaluation. The offers will then beevaluated against the requirements of this solicitation. If any or all three (3) of the lowest offersrequire a major rewrite or such substantial revision that the Offeror’s prospect for award is notrealistic, they may be considered non-responsive and removed from competition, and theGovernment may evaluate higher-priced offers. If three (3) or fewer offers are received, then allquotes received will be sent for technical evaluation.
(b)Notice of award. A written notice of award or acceptance of an offer furnished to the successfulOfferor within the time for acceptance specified in the offer, shall result in a binding contract withoutfurther action by either party. Before the offer’s specified expiration time, the Government may accept anoffer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award.
(End of provision)
FAR 52.252-5 Authorized Deviations in Provisions (NOV 2020)
(a)The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision withan authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b)FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation orcontract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation isindicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation orcontract of any Defense Federal Regulation Supplement 48 CFR Chapter 2 clause with an authorizeddeviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of provision) Applicable Provisions Incorporated by Reference: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) FAR 52.204-7, System for Award Management—Registration FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications DFARS 252.203-7005, Forms at on Relating to Compensation of Former DoD Officials DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System DFARS 252.209-7021, Prohibition Relating to Conflicts of Interest in Consulting Services Certification DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation Applicable Clauses In Full Text:
FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020)
(a)The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1)clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of theclause.
(b)FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation orcontract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation isindicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation orcontract of any Defense Federal Regulation Supplement 48 CFR Chapter 2 clause with an authorizeddeviation is indicated by the addition of "(DEVIATION)" after the name of the regulation
(End of clause) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023)
(a)Definitions. As used in this clause —
“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquelyidentifies a unit, activity, or organization.
“Document type” means the type of payment request or receiving report available for creation in WideArea WorkFlow (WAWF).
“Local processing office (LPO)” is the office responsible for payment certification when paymentcertification is done external to the entitlement system.
“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , ElectronicSubmission of Payment Requests and Receiving Reports.
(b)Electronic invoicing. The WAWF system provides the method to electronically process vendorpayment requests and receiving reports, as authorized by Defense Federal Acquisition RegulationSupplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and ReceivingReports.
(c)WAWF access. To access WAWF, the Contractor shall—
(1)Have a designated electronic business point of contact in the System for Award Managementat https://www.sam.gov; and
(2)Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures forself-registration available at this web site.
(d)WAWF training. The Contractor should follow the training instructions of the WAWF Web-BasedTraining Course and use the Practice Training Site before submitting payment requests through WAWF.Both can be accessed by selecting the “Web Based Training” link on the WAWF home page athttps://wawf.eb.mil/
(e)WAWF methods of document submission. Document submissions may be via web entry, ElectronicData Interchange, or File Transfer Protocol.
(f)WAWF payment instructions. The Contractor shall use the following information when submittingpayment requests and receiving reports in WAWF for this contract or task or delivery order:
(1)Document type. The Contractor shall submit payment requests using the following documenttype(s):
(i)For cost-type line items, including labor-hour or time-and-materials, submit a costvoucher.
(ii)For fixed price line items—
(A)That require shipment of a deliverable, submit the invoice and receivingreport specified by the Contracting Officer. N/A
(B)For services that do not require shipment of a deliverable, submit either theInvoice 2in1, which meets the requirements for the invoice and receiving report,or the applicable invoice and receiving report, as specified by the ContractingOfficer. Invoice 2in1
(iii)For customary progress payments based on costs incurred, submit a progresspayment request.
(iv)For performance based payments, submit a performance based payment request.
(v)For commercial financing, submit a commercial financing request.
(2)Fast Pay requests are only permitted when Federal Acquisition Regulation ( FAR) 52.213-1 isincluded in the contract.
(3)Document routing. The Contractor shall use the information in the Routing Data Table belowonly to fill in applicable fields in WAWF when creating payment requests and receiving reports inthe system.
Routing Data Table*
Field Name in WAWF
Data to be entered in WAWF
Pay Official DoDAAC
F87700
Issue By DoDAAC
FA4608
Admin DoDAAC**
FA4608
Inspect By DoDAAC
XXXXXX (Will be entered if solicitation results in an award)
Ship To Code
XXXXXX (Will be entered if solicitation results in an award)
Ship From Code
Not Applicable
Mark For Code
Not Applicable
Service Approver (DoDAAC)
XXXXXX (Will be entered if solicitation results in an award)
Service Acceptor (DoDAAC)
XXXXXX (Will be entered if solicitation results in an award)
Accept at Other DoDAAC
Not Applicable
LPO DoDAAC
Not Applicable
DCAA Auditor DoDAAC
Not Applicable
Other DoDAAC(s)
Not Applicable
(4)Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5)Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARSAppendix F.
(g)WAWF Points of Contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF points of contact.
Northwest Louisiana APEX Accelerator, (318) 677-2519, apex@shreveportchamber.org
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
DAFFARS 5352.201-9101, AFGSC Ombudsman (Jul 2023)
(a)An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors,potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman does not affect theauthority of the program manager, contracting officer, or source selection official. Further, theombudsman does not participate in the evaluation of proposals, the source selection process, or theadjudication of protests or formal contract disputes. The ombudsman may refer the interested party toanother official who can resolve the concern.
(b)Before consulting with an ombudsman, interested parties must first address their concerns, issues,disagreements, and/or recommendations to the contracting officer for resolution. Consulting anombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bidprotests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBCircular A-76 competition performance decisions).
(c)If resolution cannot be made by the contracting officer, the interested party may contact theombudsman, for Air Force Global Strike Command (AFGSC) acquisitions, Director of Contracts, AirForce Installation Contracting Center (AFICC), Operating Location (OL) – Global Strike Command(GSC) (AFICC/KG OL‐GSC) via the following e‐mail workflow address:ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot beresolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interestedparty for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary(ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330‐1060, Phone number(571)256‐2395, Facsimile number (571) 256‐2431.
(d)The ombudsman has no authority to render a decision that binds the agency.
(e)Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarifytechnical requirements. Such inquiries shall be directed to the contracting officer.
(End of clause)
Applicable Clauses Incorporated by Reference:
FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-13, System for Award Management—Maintenance
FAR 52.204-91, Contractor identification
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-4, Terms and Conditions—Commercial Products and Commercial Services
FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.222-3, Convict Labor
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-41, Service Contract Labor Standards
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.222-62, Paid Sick Leave Under Executive Order 13706
FAR 52.223-23, Sustainable Products and Services
FAR 52.225-1, Buy American-Supplies
FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.232-33, Payment by Electronic Funds Transfer—System for Award Management
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.240-91, Security Prohibitions and Exclusions
FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.211-7008, Use of Government-Assigned Serial Numbers
DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.247-7023, Transportation of Supplies by Sea DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Jun 2024) DAFFARS 5352.223-9001 Health and Safety on Government Installations (Jul 2023) DAFFARS 5352.242-9000 Contractor Access to Department of the Air Force Installations (June 2024)
Solicitation Attachments:
Attachment 1 – Statement of Work Dated 30 March 2026
Attachment 2 – Wage Determination
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.