AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
ID: FAA-CLS-1Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers (423860)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive Request for Proposal (RFP) for a government contract, focusing on a broad range of requirements and evaluation criteria. It includes details on submission procedures, technical specifications, and general terms and conditions. Key areas covered are administrative information, proposal content, technical requirements, pricing structures, and contractual clauses. The RFP emphasizes compliance with government regulations and standards, outlining the process for bid submission, evaluation, and award. It addresses various aspects such as personnel qualifications, performance metrics, and reporting obligations, ensuring a structured approach to procurement. The document also highlights specific deliverables and project timelines, guiding potential contractors through the bidding process and expected outcomes.
    The government document outlines the Statement of Work for a contract regarding aircraft parts logistics support for the Federal Aviation Administration (FAA) Flight Program Operations from October 1, 2025, to September 30, 2026. The primary objective is to procure aircraft parts for various FAA aircraft, ensuring parts are either new, overhauled, repaired, or serviceable, in compliance with the FAA's Continuous Airworthiness Maintenance Program. The contractor is required to propose parts within specified timelines based on urgency categories such as Aircraft on Ground (AOG) and others, including associated documentation to validate pricing and conditions. Acceptance, inspection by the FAA, and proper storage conditions for these parts are mandated to maintain operational readiness. Invoicing and biweekly reporting of delivered items are crucial components of the contract, ensuring transparency and management of funding. All parts must be shipped to a designated FAA facility, adhering to industry standards unless specific instructions are provided. The document emphasizes the importance of timely and compliant logistics capabilities for the FAA’s operational needs.
    The document "Schedule B" outlines a government procurement schedule for contract logistics support and parts, categorized into serialized and consumable parts from Textron and Bombardier. It details estimated values for each category, with specific instructions for contractors to propose markup rates and discount terms. The total estimated potential value for all items is $14,380,000.00. Contractors are explicitly instructed to propose figures for the yellow-highlighted markup sections, submit the document in its original format (PDFs and other formats are not accepted), and not alter any other numbers. A new Schedule B will be issued with only estimates for CLIN 0002 and CLIN 0003, and the proposed discount terms and markup rate will be incorporated into the final contract award document.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Acquisition of miscellaneous electrical, electronic, and mechanical/industrial products used in support of the NAS equipment maintenance, repair and overhaul activities
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors for the acquisition of miscellaneous electrical, electronic, and mechanical/industrial products to support maintenance, repair, and overhaul activities for the National Airspace System (NAS). This procurement is crucial for ensuring the operational integrity of NAS equipment and includes products necessary for the Environmental, Occupational, Safety and Health (EOSH) program. The solicitation is an extension of a previous notice and is set to close on December 6, 2025. Interested parties should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov, and note that the contract will include specific requirements regarding packaging, inspection, and compliance with various federal regulations.
    Miscellaneous Aircraft Accessories
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for miscellaneous aircraft accessories and components. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment (ALRE) and Common Support Equipment (CSE). The BPA will facilitate efficient procurement processes, allowing for multiple awards to small businesses, with individual orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    General Freight and Trucking
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for general freight and trucking services. This procurement aims to streamline the acquisition of transportation services necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    15--FAIRING,AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of aircraft fairings, specifically NSN 1560011662477. The requirement includes the delivery of 17 units by 539 days after order and 1 unit by 180 days after order to DLA Distribution Warner Robins. These components are critical for the maintenance and operation of military aircraft, ensuring their structural integrity and performance. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil, as this opportunity is set aside for total small business participation.
    FAA V-PAR Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the construction of a Vertical Take-Off and Landing (VTOL) Procedures and Analysis Range (V-PAR) at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This project, designated as a total small business set-aside, includes a base bid with two Contract Line Item Numbers (CLINs) for constructing a Touchdown and Lift-Off area, a covered weather shelter, a support building, and extending Shaffer Street with utilities, along with five additional bid options. The estimated contract value ranges from $5 million to $10 million, with proposals due by December 5, 2025, at 3:00 PM CT. Interested contractors should review all attached documents for detailed requirements and contact Neil Amaral or Andre Casiano for further inquiries.
    Maintenance and Repair Specialized Equipment
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    17--TOWBAR,AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 15 aircraft towbars under solicitation number NSN 1730016248098. This procurement is a Total Small Business Set-Aside, aimed at sourcing essential equipment for aircraft launching, landing, ground handling, and servicing operations. The selected vendor will be responsible for delivering the towbars to DLA Distribution within 106 days after order, with all responsible sources encouraged to submit electronic quotes. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), has issued a Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically Call 001-2026, inviting proposals for the integration of Unmanned Aircraft Systems (UAS) into the National Airspace System. This opportunity seeks Whitepapers that demonstrate and validate systems and technologies aligned with key focus areas such as UAS Traffic Management, Beyond-Visual-Line-of-Sight operations, and Advanced Air Mobility, among others. The FAA aims to enhance UAS integration in accordance with the FAA Reauthorization Act of 2024, with a total funding cap of $24 million available until September 30, 2028, requiring a minimum 1:1 cost-share from respondents. Interested parties must submit technical questions by October 17, 2025, and Whitepapers by November 14, 2025, to the Contracting Officer, Scott E. Raber, at Scott.E.Raber@faa.gov, with awards anticipated by September 30, 2026.
    15--FAIRING,AIRCRAFT - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft fairings and other replacement parts. The procurement aims to ensure the timely repair and maintenance of critical aircraft components, which are essential for operational readiness and safety. The contractor will be responsible for adhering to strict quality control standards and delivering repaired items within established turnaround times, with a required repair turnaround time of 53.4 days after receipt of the asset. Interested parties can contact Andrew Phillips at 215-697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further details regarding the solicitation process.