309 AMARG B-Series Maintenance Stands
ID: FA487725QA145Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-Series Maintenance Stands under solicitation FA4877-Q-A145. This opportunity is set aside for Women-Owned Small Businesses (WOSB) and requires the delivery of hydraulic maintenance platforms, including specific models (B-1, B-4, and B-5) with defined specifications and safety features, to the 309th Aerospace Maintenance and Regeneration Group (AMARG) in Tucson, Arizona. The contract will be awarded as a Firm-Fixed Price agreement, with proposals due by Noon MST on January 24, 2025, and inquiries directed to Patricia Murray at patricia.murray.6@us.af.mil or Zachary Goit at zachary.goit@us.af.mil.

    Files
    Title
    Posted
    The government document outlines specifications for acquiring B-Series Hydraulic Maintenance Platforms/Stands intended for delivery to the 309th Aerospace Maintenance and Regeneration Group (AMARG). It details requirements for three types of platforms (B-1, B-4, and B-5) with stipulated dimensions, load capacity, and safety features. Each platform must have a minimum static load capacity of 500 pounds and meet specific height requirements, ranging from 36 to 144 inches for the B-1 model. Essential safety features include hydraulic restrictors, leveling jacks, handrails, non-slip surfaces, and compliance with OSHA standards to prevent accidents and ensure user safety during operation. The document stresses the seller's responsibility for transportation costs and the requirement for FOB DESTINATION delivery. Overall, the purpose is to define a procurement request that ensures both quality and safety in hydraulic maintenance equipment for government use.
    This document outlines the pricing schedule for a government solicitation (FA4877-25-Q-A145) regarding the procurement of various hydraulic maintenance platforms/stands. The pricing schedule includes three distinct line items, each requiring a firm fixed price for the specified part numbers or equivalent products, defined by specific salient characteristics. The quantities needed are as follows: 13 units for the B-1 model, 17 units for the B-4 model, and 12 units for the B-5 model, all to be delivered to the 309th Aerospace Maintenance and Regeneration Group (AMARG) with shipping included in the pricing. Offerors must ensure their proposals remain valid for at least 30 days from the solicitation's closing date, and they are prompted to affirm their business size, ownership status, and provide contact information. The document illustrates the structured approach under government RFPs, ensuring compliance with specifications while promoting competitive bidding by detailing clear expectations for pricing and delivery terms.
    The document outlines a federal Request for Quotation (RFQ) FA4877-Q-A145 for the procurement of B-Series Maintenance Stands, specifically designed for commercial items. It emphasizes that the solicitation is a 100% Women-Owned Small Business Set-Aside and includes specific requirements under the associated NAICS code 336413. The contract, which will be awarded as a Firm-Fixed Price agreement, calls for the delivery of items, including variations of hydraulic maintenance platforms, within six months after receipt of order. Offerors are instructed to submit detailed proposals addressing technical capability, lead time, and total pricing, with a strong emphasis on providing the best initial terms. Additional regulatory requirements include representation certifications and adherence to established federal acquisition clauses. Questions regarding the RFQ must be directed to designated contacts, with a firm deadline for quote submissions. This document is part of a larger process ensuring compliance, efficiency, and equity in government procurement practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    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.
    17--PARTS KIT,HYDRAULIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a hydraulic parts kit, specifically NSN 1730015004443, with a requirement for 33 units to be delivered to DLA Distribution San Joaquin. 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 defense contracting. The procurement is critical for maintaining aerospace craft launching, landing, and servicing equipment, ensuring operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be accessible through the DLA's online platform, with a delivery timeline of 69 days after order placement.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    F-16 Installation Tool Kit, B
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 Installation Tool Kit, designated under solicitation FA8203-25-Q-0008. This procurement involves the supply of specific installation tools required for the F-16 aircraft, particularly under two foreign military sales cases, with an emphasis on an "All or None" award approach based on the lowest total evaluated price. The tools are critical for maintaining and servicing the F-16 aircraft, ensuring operational readiness and safety. Proposals are due by January 9, 2026, at 4:30 PM MST, and interested contractors should direct inquiries to Sara Tibbetts at sara.tibbetts@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further details.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.