Replica BOMARC-CIM 10 Missile
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, specifically the 87 CONS PK office, is conducting market research through a Sources Sought notice for the design, fabrication, and installation of a 1:1 scale replica BOMARC CIM-10 missile and erector (launcher) assembly. This replica will serve as a historical static display at Joint Base McGuire-Dix-Lakehurst, NJ, highlighting Air Force heritage. This is for market research purposes only and does not constitute a solicitation. Responses are due by May 15, 2026.
Scope of Work
The objective is to furnish, assemble, construct, design, and paint a 1:1 scale replica of the BOMARC CIM-10 missile and its launcher assembly. The replica must accurately represent those at McGuire Air Force Base in the 1960s and be positioned at a 45-degree angle facing Pudgy Circle. The contractor will be responsible for all materials, ground preparation, transport, and installation.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Product Service Code: 6910 (Training Aids)
- Set-Aside: None specified
- Response Due: May 15, 2026, by 6:00 PM ET
- Published: April 24, 2026
- Anticipated Period of Performance (if awarded): 365 days after award
Place of Performance
Fabrication will occur at the contractor's manufacturing facility. Final placement and installation will be at the Joint Base Heritage Park, adjacent to Pudgy Circle and Building 3011, at Joint Base McGuire-Dix-Lakehurst, NJ.
Special Requirements
No government-furnished property or services will be provided. The contractor must adhere to installation security policies, obtain necessary permits, and ensure personnel follow US safety regulations. Materials must meet Bio-preferred product mandates and be new. The vendor must submit installation plans to the 87th Air Base Wing Historian for review and approval. Pre-final and final inspections will be conducted upon completion. The contractor is responsible for protecting existing equipment and repairing any damages.
Contacts
- Primary: John Cejka, john.cejka@us.af.mil, 609-754-2837
- Secondary: TSgt. Denny De Guzman, denny_chris.de_guzman.1@us.af.mil, 609-754-5460