Load Test and Inspect Aircraft Support Equipment
ID: FA488724Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4887 56 CONS CCLUKE AFB, AZ, 85309-1217, USA

PSC

EQUIPMENT AND MATERIALS TESTING- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (H217)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 30, 2023 8:41 PM
  2. 2
    Updated Dec 12, 2023 8:12 PM
  3. 3
    Due Dec 14, 2023 9:00 PM
Description

The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of load testing and inspection services for aircraft support equipment. This equipment is typically used for aircraft launching, landing, and ground handling. The services will be performed at Luke AFB in Arizona, USA. The contract will be awarded to a small business under the Total Small Business Set-Aside category. The contractor will be responsible for providing supervision, personnel, equipment, tools, transportation, and other necessary items and services to inspect, service, and test the support equipment in accordance with the Performance Work Statement. The contract will have a base year from January 1, 2024, to December 31, 2024, with four option years. Interested parties can find the equipment listing/bid schedule in the attachment section of the notice.

Files
Title
Posted
3/26/2024
3/26/2024
3/26/2024
3/26/2024
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FA8604 Storage Aid System at Luke AFB, AZ and Kirtland AFB, NM MMHS
Active
Dept Of Defense
The Department of Defense is issuing a combined synopsis and solicitation for commercial entities to design, manufacture, and install specialized storage systems across two military bases: Luke AFB in Arizona and Kirtland AFB in New Mexico. The primary scope of work involves adjusting and expanding pallet racks, managing cables, and installing modular office systems, conveyors, and racks. At Luke AFB, the focus is on expanding pallet racks and managing cables, while Kirtland AFB requires the installation of sheet metal racks and cabinets in a warehouse area. The government may also elect to purchase additional cabinets post-award. All installation work must adhere to precise specifications, including cable management, to facilitate a smooth workflow. Offerors must demonstrate an ability to deliver customized solutions, adhering to the detailed requirements outlined in the solicitation. The contract, valued at several million dollars, is expected to be a firm-fixed-price arrangement with a 270-day completion deadline. To be eligible, bidders must be registered on SAM.gov and meet the Small Business Administration's criteria for small businesses. The Lowest Price Technically Acceptable (LPTA) evaluation approach will be used, with technical merit and price reasonableness serving as key assessment criteria. Women-owned small businesses are encouraged to apply. The solicitation's initial deadline was extended to 4:00 p.m. on August 12, 2024, and questions regarding this opportunity must be submitted by 2:00 p.m. on August 5, 2024. All submissions must be made via DoDSafe, and any late proposals will not be considered. Interested parties should carefully review the solicitation and its amendments for detailed instructions and evaluation criteria. For clarification, refer to the Q&A sets available online. The primary contact for queries is Emily A. Gomez at emily.gomez.3@us.af.mil, with Andrew Petersen as the secondary contact at andrew.petersen.3@us.af.mil.
EMXS Schenck Balancers
Active
Dept Of Defense
The Department of Defense requires maintenance services for Schenck balancers used by the 526th Electronic Maintenance Support Squadron (EMXS). The work involves keeping Schenck equipment, including airborne and ground power balancers, in optimal condition. The scope of work includes full-service maintenance, repairs, and calibration of the equipment. The contractor will employ OEM factory-trained and certified technicians to ensure the systems function as intended by the original manufacturer. The contract is designed for one base year, with four one-year extension options. The government is seeking experienced entities capable of providing the necessary services. Applicants should have a strong background in equipment maintenance and repair, with specific certifications and training in Schenck products. Funding for this contract is estimated at $200,000 - $250,000 for the base year, with potential for an additional $1,000,000 if all options are exercised. The contract will be awarded based on the lowest price and technical merit, with price holding the higher value in the evaluation process. Interested parties should submit their applications by the deadline, ensuring they include the required documentation outlined in the solicitation notice. For any clarifications or questions, two points of contact are provided: Garrett Clawson and Nate Littlewood, accessible via email.
183 MXS Compressor Vane Positioning Test Cart
Active
Dept Of Defense
The US Air Force seeks quotes for a specialized piece of equipment used in testing compressor vane positioning for F110 aircraft engines. The goal is to acquire a custom-built Compressor Vane Positioning Test Equipment unit, which is comprised of intricate hydraulic and electrical systems. This equipment must adhere to precise specifications and standards to rig and position guide vanes for the F110-100/129 engines. The Statement of Work (SOW) outlines the requirement for a Firm-Fixed Price (FFP) contract, including the delivery of one Test Equipment unit within 52 weeks of the order being placed. The preferred product is the TESTEK Test Cart PWA50096, designed to meet the specific needs of the Illinois Air National Guard. Interested parties should provide written offers according to the specified Contract Line Item Number (CLIN) structure, with quotes submitted to the provided email addresses by 12:00 PM CDT on July 2, 2024. The evaluation of quotes will consider the price and adherence to the salient characteristics outlined in the SOW. To participate, vendors must be registered in the System for Award Management (SAM) and ensure their quotes are valid for a minimum of 60 days. The contact persons for this opportunity are 1st Lt Alicia Braun and CMSgt Brent Keller, who can be reached via email for any clarifications. This acquisition is a Total Small Business Set-Aside, and the soliciting office is the W7M6 USPFO Activity ILANG 183.
FA8604 Storage Aid System at Luke AFB, Arizona MMHS
Active
Dept Of Defense
The Department of Defense seeks responses from small businesses for a 100% set-aside contract to design, manufacture, and install a comprehensive storage aid system at Luke Air Force Base in Arizona. The project, designated ALK209, requires the development of detailed system designs, travel for a post-award conference, and the delivery of specific storage items with associated installation and testing services. The scope of work involves the provision of pallet rack and cabinet systems, adhering to precise dimensions and specifications. The contractor must also supply operation manuals and illustrated parts breakdowns. Installation, system checkout, and quality testing will be followed by a reliability demonstration test. Critical to the success of this project is the contractor's ability to meet various certifications and achieve final government acceptance. The procurement process focuses on acquiring efficient storage solutions, prioritizing clarity and precision in proposals. Offerors must outline their technical capabilities and pricing structures. The contract completion deadline is within 210 days of award and governance will be through a firm-fixed price arrangement. To be eligible, applicants must be registered in the System for Award Management (SAM) and meet the requirements outlined in FAR 52.212-01 and FAR 52.212-02 clauses. Additionally, contractors must be legally authorized to work in the US and pass necessary background checks. Proposals must be submitted by 4:00 PM Eastern Daylight Time on 31st July 2024 through the DoDSafe platform, with the government reserving the right to not award the contract if none of the submissions meet the required standards. Interested parties should direct questions to Samantha Ekberg and Andrew Petersen via email. This opportunity is a combined synopsis and solicitation, with key information available at http://www.sam.gov.
17--LOAD CELL ASSEMBLY
Active
Dept Of Defense
The Department of Defense, specifically the Defense Logistics Agency, has issued a Combined Synopsis/Solicitation notice for the procurement of a load cell assembly. This assembly is typically used in aerospace craft launching, landing, ground handling, and servicing equipment. The procurement is set aside for small businesses and the solicitation is for a quantity of 3 units. The delivery is required to be made to W1A8 DLA DISTRIBUTION within 649 days. The load cell assembly is a source controlled drawing item, with an approved source of 36334 6546D135-1. The solicitation will be available at the provided link and hard copies are not available. All responsible sources are invited to submit a quote electronically.