Tiger Tug Model 8.0
ID: W912L624R0865Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NV USPFO ACTIVITY OK ARNGOKLAHOMA CITY, OK, 73111-4398, USA

NAICS

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

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

Set Aside

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

    The Department of Defense, specifically the Oklahoma Army National Guard (OKARNG), is seeking proposals for the procurement of a Tiger Tug Model 8.0, a specialized helicopter moving system essential for efficient aircraft handling operations. This procurement is critical to support the high demand of aviation operations, as the Tiger Tug is capable of lifting up to 8,000 lbs and features a patented scissor lift mechanism that enhances safety and minimizes equipment damage. The contract will be awarded as a Firm Fixed Price (FFP) and requires delivery to Tulsa, Oklahoma, within 30 days of contract award. Interested small businesses must submit their proposals electronically by September 19, 2024, and direct any questions to Candace O'Brian or Harvetta Taylor via email by September 11, 2024.

    Files
    Title
    Posted
    This document outlines the instructions for offerors regarding proposal submissions for a government Request for Proposals (RFP). The primary criteria for award will be based on the "Lowest Price Technically Acceptable" method, with proposals rated as either "Acceptable" or "Unacceptable" based on defined Technical Evaluation Criteria. Offerors must include acknowledgment of any amendments, a technical proposal, and a separate price proposal compliant with the statement of work and required equipment features. Proposals submitted by the specified due date will be considered “Responsive”, while late submissions will be deemed “Non-Responsive”. Additionally, offerors must maintain an active status on the SAM.gov database, confirming eligibility for evaluation and award. Technical acceptability will hinge on compliance with salient features set forth in the statement of work. Questions regarding the RFP must be submitted by September 17, 2024, and all proposals are due by September 23, 2024. This document serves as a critical guideline for potential contractors seeking federal projects, ensuring clarity in the submission process and evaluation standards.
    The document outlines a justification for the urgent procurement of the Tiger Tug Model 8.0, a specialized helicopter moving system required by the Oklahoma Army National Guard (OKARNG) due to the high demand of their aviation operations. This model is essential to ensure efficient handling of aircraft, rated to lift up to 8,000 lbs, and features a patented scissor lift mechanism that promotes safety during operations while minimizing the risk of equipment damage. The urgency of this procurement is emphasized by the potential for work stoppages and mission-critical implications if not addressed promptly. The document includes sections for necessary certifications by technical representatives and contracting officers, asserting the completeness and accuracy of the justification for this urgent requirement. Overall, this procurement request reflects the government's immediate need to maintain operational readiness and prevent disruptions in aviation maintenance activities.
    The document outlines provisions and clauses relevant to federal RFPs and grants, specifically regarding the Combined Synopsis Solicitation. It references significant Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) clauses essential for compliance. Key aspects include requirements pertaining to telecommunications and video surveillance services, subcontracting conditions, electronic invoicing through the Wide Area Workflow (WAWF) system, and stipulations around whistleblower rights. Additionally, the document emphasizes adherence to standards for small business participation, employee rights, and contractual obligations regarding the acquisition of domestic goods. It also underscores regulatory conditions for subcontractors, focusing on ethical conduct and reporting requirements. The comprehensive catalog of clauses suggests rigorous oversight and compliance frameworks, ensuring accountability within federal contracts. This structured set of guidelines is intended to facilitate proper practices in procurement processes, safeguarding government interests and ensuring fair access to contracting opportunities, particularly for small businesses.
    The Oklahoma Army National Guard (OKARNG) is seeking to acquire a Tiger Tug brand helicopter tug to enhance safety and efficiency in ground handling operations. This specific system, aligned with the operational standards at AASF#2 for the UH-72A Lakota, aims to reduce heat and cold-related injuries among maintenance crews and increase operational consistency. The scope of the project includes providing the Tiger Tug Model 8.0, which is a wirelessly controlled, electrically driven system capable of lifting aircraft up to 8,000 lbs, along with a 12-month warranty support. Key requirements include the submission of updates as per the service agreement, and the contractor must be an authorized reseller of the product. Delivery of the Tug is expected within 30 days following the contract award, directed to the Oklahoma Army National Guard at a specified Tulsa address. This procurement not only focuses on improving equipment handling but also emphasizes reducing costs through streamlined operations and technical support.
    Lifecycle
    Title
    Type
    Tiger Tug Model 8.0
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tiger Tug Model 8.0
    Active
    Dept Of Defense
    The Department of Defense, specifically the Colorado Army National Guard (COARNG), is seeking proposals for the procurement of a Tiger Tug Model 8.0, a specialized helicopter tug designed to enhance ground handling safety for the UH-72 with Mission Equipment Packages (MEPS). This acquisition is a 100% small business set-aside under NAICS code 333924 and PSC code 1730, emphasizing the need for a heavy-duty tug with specific features such as increased ground clearance, all-weather tires, and a 6-meter tether cable. The selected contractor will be responsible for providing the tug, warranty support, and ensuring delivery within 18 weeks of contract award to the Aviation Support Facility in Aurora, Colorado. Interested parties must submit their quotes electronically by September 24, 2024, and direct any questions to Michael K. Colbridge at michael.k.colbridge.mil@mail.mil.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) with a capacity of 40 tons. This procurement is set aside for small businesses and aims to fulfill the Army's requirements for transporting construction equipment effectively. The RFP closing date has been extended to September 23, 2024, at 1 PM EST, and interested parties should note that certain pricing details and eligibility requirements have been clarified in the associated RFP document. For further inquiries, potential bidders can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil, with the latter also reachable by phone at 571-588-9401.
    Dry Cargo TUGCON; USWC to Far East
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command’s Norfolk Strategic Sealift Program Support Office, is seeking information on the availability and pricing for a U.S. flag, ocean-going certified tug to tow the berthing barge YRBM-57 from Naval Base San Diego, CA, to Naval Base Yokosuka, Japan. The requirement includes a single trip scheduled between November 1 and 8, 2024, with the towing operation commencing around November 11, 2024, necessitating a tug with a bollard pull of 55.29 metric tons and the capability for continuous towing without fuel stops. Interested parties are invited to submit vessel details, pricing estimates, and business size information by September 24, 2024, while ensuring compliance with federal small business standards. For further inquiries, contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Danny Davis at danny.w.davis1.civ@us.navy.mil.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. This procurement aims to ensure the operational readiness of the T7 platform by providing essential repair, maintenance, and technical support services, specifically targeting L3 Harris Technologies, Inc. The contract, identified as W912CH-24-R-0134, is issued under limited competition authority and includes detailed requirements for hardware delivery, compliance with federal regulations, and adherence to security protocols. Proposals must be submitted electronically by October 10, 2024, with inquiries directed to Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the production of the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET), with a capacity of 40 tons. This procurement aims to secure a low-bed semitrailer capable of transporting various engineering construction equipment and vehicles, designed for tactical use in diverse environments and compliant with multiple safety standards. The contract will be a total small business set-aside, structured as a five-year Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with two optional years, allowing for a minimum of 10 and a maximum of 840 units to be ordered. Interested parties should note the extended proposal submission deadline of September 23, 2024, and can reach out to primary contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil for further inquiries.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the production of the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET), with a payload capacity of 40 tons. This procurement aims to secure a Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a minimum of 10 and a maximum of 840 trailers over a period of seven years, which includes five ordering years and two optional years. The M870A4 SLCET is crucial for transporting various engineering construction equipment and military vehicles under diverse climatic conditions, ensuring operational readiness in tactical environments. Interested small businesses must submit their proposals electronically by the deadline, with questions accepted until August 5, 2024, directed to the primary contact, Mike Daubenmeyer, at michael.f.daubenmeyer.civ@army.mil.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron of the Air Force, is seeking bids from qualified small businesses for the procurement of a 35 Ton Wrecker with an integrated recovery boom and underlift, under solicitation number FA706024Q0025. The wrecker must meet specific technical specifications, including a minimum engine performance of 500 hp and a gross vehicle weight rating of at least 60,000 lbs, and must be delivered to Joint Base Anacostia-Bolling, Washington, D.C., within 120 days of order receipt. This procurement is crucial for enhancing the operational capabilities of the military's vehicle recovery fleet. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no award will be made until funds are available.
    Overhaul of the UH-60 SERVO, ROLL TRIM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the UH-60 Blackhawk Servo Roll Trim, a Critical Safety Item (CSI). The contract will be structured as a five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with an estimated quantity range of 150 to 900 units, including foreign military sales. This procurement is crucial for ensuring the operational readiness and safety of military aviation systems, as the Servo Roll Trim is integral to the functionality of the UH-60 aircraft. Interested contractors must submit their proposals via email to the designated contacts, Reginald C. Burrell and Lindy L. Pinchon, with the understanding that the requirement is currently unfunded and subject to the availability of funds. The solicitation is expected to close on an estimated date, which may be adjusted based on the release of the solicitation documents.
    DPG WDTC Light Tower
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking bids for the procurement of a towable light tower under solicitation W911S6-24-Q-0039. The light tower must meet specific requirements, including a 1.5L Turbo engine, a 100-gallon fuel capacity, a hydraulic mast that extends to 26’10”, and integrated LED lighting, making it essential for operations at the West Desert Test Center. This procurement is a total small business set-aside under NAICS code 336212, with quotes due by 10:00 AM MST on September 23, 2024, and delivery expected within 60 days after order receipt. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Mark Pratt at mark.s.pratt4.civ@army.mil or by phone at 435-831-2094.
    Bucket Truck Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the rental of a 47-foot insulated bucket truck for a six-month lease period at the McAlester Army Ammunition Plant in Oklahoma. The procurement aims to secure a bucket truck with specific operational features, including a 30’9” horizontal reach and a working height of 51’4”, to enhance government operations and ensure compliance with technical and legal standards. This opportunity is particularly focused on promoting accessibility for small businesses, including those owned by veterans and economically disadvantaged individuals. Interested vendors must submit their proposals by September 25, 2024, at 10:00 AM, and direct all inquiries to Casey Pratt at casey.p.pratt.civ@army.mil.