TECHNICAL SUPPORT SERVICES
ID: 6973GH-23-R-00193Type: Solicitation
Overview

Buyer

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

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    Solicitation: TECHNICAL SUPPORT SERVICES - TRANSPORTATION, DEPARTMENT OF - FEDERAL AVIATION ADMINISTRATION

    The Federal Aviation Administration (FAA) Logistics Center (FAALC) is seeking technical support services to supplement their current workforce in meeting fluctuating customer demand for a broad range of systems and services. These services will support maintenance, repair, and overhaul (MRO) activity, as well as services required by Inter and Intra Governmental services and parts agreements. The contract will exclusively serve organizations within the FAALC located at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. The FAALC provides logistics and maintenance services for the FAA National Airspace Systems (NAS) and other government customers, including Customs and Border Protection (CBP) systems and U.S Forest Services. The services provided by the FAALC include centralized Maintenance, Repair and Overhaul (MRO) of NAS Equipment, Supply Chain Management, Logistics Support Services, and operation of the FAA’s only Centralized Distribution Center. The FAALC supports various NAS products such as Radar Surveillance, Automation, Communications, Power, Navigation, and Landing Systems.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MSA PARTS
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking vendors to provide components for the MSA Dyna glide system, specifically part numbers 506388 (100 units), 506389 (20 units), 503698 (40 units), 506400 (15 units), 506391 (300 units), and 503690 (100 units). This market survey aims to gather statements of interest and capabilities from potential suppliers to inform the FAA's procurement strategy, which may include full-and-open competition or set-asides for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses certified by the SBA. Interested vendors must submit a general capability statement, specific capability statement if applicable, proof of registration in the System for Award Management (SAM), and any relevant certification letters by February 10, 2025, at 2:00 PM CT. For inquiries, vendors should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    FAA WJHTC: Update to anticipated timeframe for release for the FAA Second Level Engineering (SLE ) support services Acquisition
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to provide Second Level Engineering (SLE) support services for its Air Traffic Systems Directorate, specifically for the Terminal and EnRoute & Oceanic Second Level Engineering Groups. This procurement will be conducted as a single indefinite delivery indefinite quantity (IDIQ) contract, with task orders awarded on a Time & Materials basis, and is exclusively set aside for Socially and Economically Disadvantaged Business (SEDB 8(a)) certified vendors. The anticipated solicitation number is 692M15-25-R-00001, with the Screening Information Request (SIR) expected to be released on February 28, 2025. Interested parties should direct inquiries to Alan McCarty at alan.mccarty@faa.gov or Christine Yezzo at christine.yezzo@faa.gov for further information.
    MAINTENANCE SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for maintenance support services under a federal contract. The primary objective of this procurement is to secure repair services for specialized equipment related to aircraft maintenance, with a focus on ensuring a Repair Turnaround Time (RTAT) of 120 days and compliance with government inspection requirements. This contract is critical for maintaining operational readiness and supporting foreign military sales commitments, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and capacity constraints, to Alison E. Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 717-605-4443, with the solicitation details available for review.
    SOLICITATION: Overhaul and repair of Rotary Couplers
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes responsibilities for labor, materials, and technical expertise to restore the couplers to a serviceable condition. These rotary couplers are vital components in maintaining safety within the National Airspace System, as they represent a single point of failure for radar systems. Proposals are due by email only by March 31, 2025, at 2:00 PM Central Time, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Connie Houpt at connie.m.houpt@faa.gov.
    FD2030-24-00119
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking support bearing air for F100 aircraft. This service/item is typically used for providing support and stability to the aircraft's components. The procurement is being conducted by DEFENSE LOGISTICS AGENCY, DLA AVIATION AT OKLAHOMA CITY, OK. The place of performance is in the USA. For more information, please contact 423 SCMS at DLAAVIATION.AOB.SourcesSought@us.af.mil.
    Air Route Surveillance Radar 4
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking small businesses to provide upgraded fall protection systems for the Air Route Surveillance Radar-4 (ARSR-4) due to non-compliance with Environmental Occupational Safety and Health (EOSH) standards. The procurement involves manufacturing new fall protection kits, which include components such as aluminum ladders, safety items, and platforms with guardrails, to replace outdated systems on 17 ARSR-4 radars. This initiative is critical for enhancing workplace safety and ensuring compliance with federal regulations. Interested vendors must submit a capability statement and proof of registration in the System for Award Management (SAM) by February 14, 2025, at 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    Repair of Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of a Flight Data Recorder at Altus Air Force Base in Oklahoma. This procurement aims to ensure the operational reliability and safety of flight data recording equipment, which is critical for flight operations and safety assessments. Interested parties should reach out to Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further details, as this presolicitation is part of the Other Aircraft Parts and Auxiliary Equipment Manufacturing industry under NAICS code 336413.
    FA8119-24-R-0014- Solicitation for Repair and Overhaul of KC-135 Cowlings
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair and overhaul of KC-135 cowlings, specifically targeting the Boeing Company as the sole source for this requirement. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing of KC-135 fan and inlet cowlings to ensure they are returned to a serviceable condition. This initiative is critical for maintaining the operational readiness of the KC-135 aircraft, which plays a vital role in the U.S. Air Force's logistics and refueling missions. Interested contractors can reach out to Brandie Martin at brandie.martin.1@us.af.mil or Mark C. Green at mark.green.29@us.af.mil for further details, with the expectation of adhering to strict quality control and reporting standards throughout the contract duration.
    Support, Seal, Aircr
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, Oklahoma, is soliciting proposals for the procurement of aircraft engine and engine parts manufacturing services under solicitation number SPRTA1-25-R-0035. The contract, which is fixed price and unrestricted, aims to secure between 16 to 98 units, with a firm requirement for 65 units, emphasizing compliance with AS9100 quality assurance standards and export control certification for sensitive engineering data. This procurement is vital for maintaining the quality and reliability of aviation components that support national defense initiatives. Interested contractors should note that the solicitation closing date has been extended to March 31, 2025, at 3:00 PM CST, and can contact Ryan Newton at ryan.newton.4@us.af.mil or 405-855-3545 for further information.
    F-15E/EX Radar Modernization Program (RMP) Non-Radar Depot Activation – Molecular Sieve Oxygen Generating System (MSOGS)
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable contractors for the F-15E/EX Radar Modernization Program (RMP) focused on the activation and sustainment of the Molecular Sieve Oxygen Generating System (MSOGS). The selected contractor will be responsible for providing maintenance and repair technical orders, spare parts, engineering support, and comprehensive training materials for USAF technicians, ensuring compliance with safety and operational standards. This initiative is crucial for enhancing the depot capabilities of the F-15E/EX systems, thereby maintaining operational readiness for the United States Air Force. Interested firms must submit their capabilities packages by 4 PM EST on February 25, 2025, to Valerie Neff at valerie.neff@us.af.mil, and should be registered in the System for Award Management (SAM) database to be eligible for contract consideration.