- 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
B-2 Static Display Aircraft Restoration
Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: LA. Response deadline: Mar 27, 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 23 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238320
Description
Combined Synopsis – Solicitation
This is a combined synopsis/solicitation for B-2 static display restoration. 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 FA460826QS012 is issued as a request for quotation (RFQ) for comprehensive repair, refurbishment, and repainting services. 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.
Notice to Offerors:
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 repair, refurbish, and repaint the B-2 static display aircraft to ensure its long-term preservation. The required restoration work includes a thorough cleaning of the aircraft structure to remove dirt, debris, and mold, utilizing an approved bleach solution; the identification and repair of all leaks, cracks, and damaged components, with additional internal bracing installed as required; and the repair of delaminated areas using epoxy, fiberglass, and mesh. The aircraft shall be sanded, primed, and repainted in its original paint scheme with all current insignia, markings, and stenciling reapplied, and finished with a clear coat and UV sealant to enhance protection against sun and heat exposure.
Contract Line Item Number (CLIN):
CLIN 0001 - The Contractor shall perform comprehensive repairs and restoration on one replica aircraft (B-2) in the HQ AFGSC static display in accordance with Attachment 1 – Statement of Work.
Best Value Determination:
Contract award will be based on price/technical to determine best value.
Site Visit:
(a) A site visit is scheduled for 0900 AM Central Daylight Time (CDT) Thursday, 19 March 2026. Offerors planning to attend the site visit must RSVP via email to the Contract Specialist and Contracting Officer listed below by 0900 AM Central Daylight Time (CDT) Wednesday, 18 March 2026. Include the following information in site visit RSVP email:
- Company name, company telephone number, name(s) of attending individual(s), telephone number(s) of attending individual(s)
- Indicate which individual(s) need to be sponsored onto Barksdale AFB
(b) Site visit will be canceled if zero (0) RSVPs are received by the deadline.
(c) Site visit location will be provided by the Contract Specialist or Contracting Officer in confirmation email upon receipt of RSVP.
(d) On day of site visit, Offerors without base access must present a REAL ID – compliant Driver's License, vehicle registration, and proof of insurance to obtain a temporary base access pass. Please adhere to the following instructions based on your vehicle type:
- Non-Commercial Vehicles: Meet at the West Shreveport Gate Visitor Center, located at Wilbur Wright Dr, Barksdale AFB 71110, at 0800 AM CST on 19 March 2026.
- Marked Commercial Vehicles: Meet at the Industrial East Gate, located at 300 Miller Rd, Bossier City, LA 71112, at 0800 AM CST on 19 March 2026
Due Date and Time:
- RSVP for Site Visit by 0900 AM Central Daylight Time (CDT) Wednesday, 18 March 2026.
- Site Visit will be held at 0900 AM Central Daylight Time (CDT) Thursday, 19 March 2026.
- Questions must be submitted via email to the Contract Specialist and Contracting Officer listed below by 1300 PM Central Daylight Time (CDT), Friday, 20 March 2026.
- Answers to questions submitted in accordance with (IAW) specified due date will be provided on or around Monday, 23 March 2026.
- Quotes must be submitted via email to the Contract Specialist and Contracting Officer listed below by 1300 PM Central Daylight Time (CDT), Friday, 27 March 2026.
Points of Contact (POC):
Contract Specialist: SSgt Damarcus Ikard; Telephone: (318) 456-0817; Email: damarcus.ikard@us.af.mil
Contracting Officer: Mrs. Dana Woodard; Telephone: (318) 456-6889; Email: dana.woodard.3@us.af.mil
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.