T-6 Aircraft Conditional Inspection & Strip and Repaint
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 Navy / Naval Air Warfare Center Aircraft Division (NAWCAD) is conducting a Sources Sought for T-6 Aircraft Conditional Inspection (ACI) & Strip and Repaint services for the Chief of Naval Air Training (CNATRA) command. This re-engagement of industry updates the NAICS code to 336411 (Aircraft Manufacturing). Responses are due by March 11, 2026, 5:00 PM ET.
Purpose
This is a Request for Information (RFI) for market research purposes only, aimed at identifying potential and eligible firms of all sizes. The Government will use responses to develop its acquisition strategy, including the Statement of Work/Performance Work Statement, and to determine potential small business participation. This notice is not a request for proposal and does not guarantee a future solicitation.
Scope of Work
The requirement is for ACI and repaint services for U.S. Navy T-6A and B aircraft. The contractor will receive up to ten (10) aircraft annually to complete ACIs and perform strip and repaint. This includes standing up logistics support, pre-induction coordination, induction, stripping, inspection, maintenance, troubleshooting, repair, servicing, and reapplication of protective coatings, ultimately certifying the aircraft as airworthy. The contractor must provide necessary T-6 Support Equipment (SE) and Peculiar Support Equipment (PSE). The ACI is a depot maintenance event required every 7 years, involving fuselage and wing separation to address discrepancies, particularly corrosion, not accessible at the organizational level. The contractor's facility must be a certified FAR Part 145 Repair Station located in the continental U.S. The first aircraft (Stand Up phase) has a maximum completion time of 240 calendar days, with subsequent aircraft requiring 120 calendar days.
Contract & Timeline
- Opportunity Type: Sources Sought (RFI)
- Anticipated Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Anticipated Duration: 240-day base performance period + up to four (4) option years
- Anticipated Solicitation: Q1 FY2027
- Anticipated Award: Q3 FY2027
- Contemplated PSC: J015 (Maint/Repair/Rebuild of Equipment Aircraft and Airframe Structural Components)
- Contemplated NAICS: 336411 (Aircraft Manufacturing) with a 1,500-employee size standard
- Set-Aside: None specified (market research)
- Response Due: March 11, 2026, 5:00 PM ET
- Published: February 24, 2026
Submission Requirements
Interested firms, especially new respondents, should submit a Capability Statement (max 15 single-spaced pages, MS Word or PDF) via email. Previous respondents only need to update if capabilities have changed or confirm continued interest. The statement must include company name, size status, CAGE Code, Unique Entity ID, and Points-of-Contact. Email responses to Brandon Snow (brandon.m.snow4.civ@us.navy.mil) and Lauren Martz (lauren.r.martz.civ@us.navy.mil), referencing N00421-24-RFPREQ-TPM273-0479-REV1.
Additional Notes
Attachments include a draft Performance Work Statement (PWS) and the T-6 ACI Specification. A Cybersecurity Plan (CSP) document outlines future CSIP requirements.