Electric Trailer Tug
ID: FA483025Q0047Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of three electric trailer tugs to be delivered to Moody Air Force Base in Georgia. These electric tugs are intended to enhance operational efficiency by reducing manpower requirements for moving heavy trailers, thereby minimizing the risk of injury to personnel. Each tug must meet specific requirements, including a towing capacity between 13,000 and 25,000 pounds, compatibility with Pintle and Ball hitches, and the ability to operate both indoors and outdoors. Interested vendors should submit a specification sheet for technical evaluation, and all quotes must be submitted by the deadline, with delivery expected no later than 45 days after contract award. For further inquiries, potential offerors can contact Kevin Goris at kevin.goris@us.af.mil or Maria Spence at maria.spence@us.af.mil.

    Files
    Title
    Posted
    The document is currently inaccessible due to format limitations with the PDF viewer and does not contain the necessary content for summarization. Therefore, a summary cannot be generated at this time as there are no details, topics, or key ideas presented in the document. To proceed with summarization, access to the actual content of the government RFPs, federal grants, or state and local RFPs is required.
    Lifecycle
    Title
    Type
    Electric Trailer Tug
    Currently viewing
    Solicitation
    Similar Opportunities
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    25--TOWBAR,MOTOR VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of motor vehicle towbars (NSN 2540016586496). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for vehicular equipment components used in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the delivery is expected to be completed within 213 days after order placement.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.
    17--TOWBAR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of aircraft tow bars, classified under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. This solicitation requires compliance with stringent quality assurance standards, including ISO 9001 or equivalent, and involves the production of critical safety items that necessitate engineering source approval from the Naval Air Systems Command. The items are essential for aircraft ground servicing and are vital for ensuring the safety and operational readiness of naval aviation systems. Interested vendors must submit their proposals, including a Source Approval Request if applicable, by the specified deadline, and can direct inquiries to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL.
    25--ADAPTER,TOWBAR,VEHI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 10 units of the NSN 2540016558171, specifically an Adapter Towbar for vehicles. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components for military vehicle operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    17--TOWBAR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of aircraft towbars, specifically NSN 1730015624023, with a requirement for 11 units to be delivered to DLA Distribution. This solicitation is part of a combined synopsis/solicitation and is set aside for Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in the defense sector. The selected vendor will be responsible for providing the specified equipment, which is critical for aircraft handling and servicing operations. Interested parties must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, with the solicitation details accessible through the DLA's online platform.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Dept Of Defense
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.