Tunner OH Bridge
ID: FA8534-24-R-0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8534 AFLCMC WNKACROBINS AFB, GA, 31098-1670, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Fixed Price Incentive Firm Target (FPIF)/Firm Fixed Price (FFP) contract to support the overhaul and maintenance of the 60K Tunner Aircraft Cargo Loader. This self-propelled cargo transporter, crucial for transferring loads to and from warehouses and cargo aircraft, requires comprehensive services including unscheduled depot-level maintenance and overhaul, with the government planning to award a sole source bridge contract to Leonardo DRS. The anticipated solicitation will be available around May 20, 2024, with proposals due by November 8, 2024; interested parties can contact Deborah Simmons or Christopher Greene for further inquiries. The contract is valued at approximately $24.6 million, emphasizing the importance of maintaining operational readiness for military logistics.

    Point(s) of Contact
    Files
    Title
    Posted
    Offerors are required to submit detailed cost proposals adhering to stringent DFARS and FAR guidelines. The focus is on ensuring fully compliant and transparent proposals, with extensive requirements for subcontractor cost analysis, pricing data, and supporting documentation. Offerors must provide annual cost breakdowns, material costs, and bill of materials, along with rationale for proposed rates and costs based on estimating relationships. Actual cost incurred data from previous relevant contracts and requests for assist audits are mandatory. The proposal must justify any claimed Commercial Item Determinations, and cost reasonableness must be established through various methods, preferably competition-based pricing. Electronic cost models with active formulas are mandated for both prime contractors and major subcontractors, ensuring government visibility and editability. Key dates and deadlines are implied for proposal submissions and contractor negotiations, with the emphasis on timely deliveries.
    The primary objective of this procurement is to obtain comprehensive maintenance and overhaul services for Tunner Aircraft Cargo Loaders (ACL). The focus is on ensuring the operational safety and effectiveness of these aircraft components. The government seeks a contractor to perform a meticulous overhaul process, encompassing tasks such as incoming inspection, disassembly, repair, and refurbishment. The emphasis is on delivering high-quality services to meet performance standards. Specific performance thresholds and inspection methods are detailed in the Quality Assurance Surveillance Plan (QASP). This includes monitoring the quality and timeliness of contract data requirements deliveries, with stringent rejection criteria to ensure excellence. The contractor is expected to adhere to a robust Quality Management System (QMS), with government surveillance to ensure compliance. Contractors will be responsible for providing a mature quality control system that proactively identifies and rectifies any performance issues. They must also submit various reports, including CDRL deliverables, and ensure timely delivery of overhauled loaders according to the specified schedule. Earned Value Management System (EVMS) analyses and Integrated Program Management Data and Analysis Reports (IPMDARs) are also required, with precise standards for acceptance. Additionally, the contractor must comply with safety and trafficking in persons regulations, with the COR monitoring these aspects. The contract is expected to be firm-fixed-price, with an estimated value of over $1 million. Critical dates include the submission deadlines for various reports and the targeted completion dates for the overhaul services. Evaluation of proposals will likely focus on the quality of services, contractor experience, and compliance with performance thresholds and standards.
    The Technical Data Package (TDP) procurement file focuses on the Tunner Aircraft Cargo Loaders (ACLs), containing 15,930 drawing files for the 60K Cargo Loader variant. This extensive package provides a comprehensive overview of the ACLs, including performance specifications, maintenance manuals, and drawing files. The primary objective is to ensure vendors have access to all necessary technical information when submitting proposals for the production and potential overhaul of these aircraft loaders. The TDP enables vendors to fully comprehend the loader's design, enabling them to quote accurately for the contract. This data release is a precursor to a future contract award, with vendors able to obtain the latest revisions up until the award is made. The contract itself will involve the supply of editable drawing files and may encompass additional tasks related to loader production and potential overhaul instructions. According to the terms outlined, the awardee will be responsible for staying current with any drawing file updates, ensuring the latest revisions are adhered to.
    The primary objective of this procurement is to obtain comprehensive safety and health plans for industrial operations related to aircraft cargo loaders and non-aircraft weapon systems. The plans must adhere to strict standards and regulations outlined in the request, spanning from general safety provisions for pedestrians and workers to specific protocols for handling hazardous materials, confined space operations, and electrical safety. These measures are crucial in ensuring the well-being of employees and protecting government assets. Contractors will be responsible for crafting detailed safety procedures, encompassing fire protection, personal protective equipment, and emergency response plans. The emphasis is on adhering to federal and local safety laws, with stringent requirements outlined in Air Force manuals and OSHA standards. The contract, valued at around $24.6 million, is expected to run for five years, with the successful bidder required to submit their plan within 30 days of award. Key dates include a submission deadline of May 15th, 2024, with evaluations and selections to be completed by June 1st, 2024.
    The government seeks to procure a variety of supplies and equipment through this comprehensive procurement instrument. The focus is on managing and acquiring custodial supplies, encompassing non-serially and serially managed items. The request outlines in detail the required quantities, unit acquisition costs, and delivery specifications for each item, including models, part numbers, and manufacturer information. The government requires strict adherence to delivery dates and specifications, emphasizing the importance of timely acquisitions. This comprehensive list covers a wide range of custodial needs, indicating a holistic approach to equipping and maintaining facilities. Key dates and evaluation criteria are not explicitly mentioned within the provided file contents, and thus cannot be accurately summarized. However, the procurement objective is clear: the government aims to efficiently contract and supply its custodial needs through a single comprehensive request.
    The Tunner System Sustainment Availability (TSSA) Determination document outlines the methodology and incentive fee arrangements for measuring contractor performance during contract execution. It establishes a TSSA metric, requiring a 68% minimum availability rate across four defined regions (East, West, CONUS-North, and CONUS-South). The document details the process for data reconciliation, adjustments for data errors, and specific calculations for TSSA, which factors operating hours and maintenance downtimes. Incentive fees are allocated regionally, with specific ratios for each area, rewarding contractors based on their performance in achieving TSSA requirements monthly. Additionally, a Fixed Price Incentive Firm target (FPI(F)) contract structure is outlined for overhauls, which includes cost, performance, and schedule incentives, aiming to motivate timely and effective service. The TSSA calculations, data collection methods, and timelines for reporting are clearly delineated to ensure reliability and accountability. This comprehensive approach underlines the government's commitment to maintaining operational readiness and effective oversight of contractor performance.
    The primary objective of this procurement is to obtain contractor services for support in the Republic of Korea (ROK), specifically for United States Forces Korea (USFK). The contractors would work in a theater of operations alongside US military forces. The support roles are diverse, encompassing logistics, technical representation, and potentially private security functions. The USFK seeks contractors who can provide resuscitative care, stabilization, and hospitalization services, as well as assistance with patient movement in emergency situations. Additionally, the contractors should be prepared to work in challenging conditions, including contingency operations, humanitarian missions, and other military exercises. The USFK will determine the exact privileges and exemptions accorded to the selected contractors, which may include access to logistics support and government-furnished property, as outlined in the U.S.-ROK Status of Forces Agreement (SOFA) and relevant USFK regulations. Contractors must adhere to a comprehensive set of guidelines and regulations, encompassing compliance with US, ROK, and international laws, as well as USFK directives on force protection, security, and interactions with local nationals. They are also required to undergo mandatory training sessions, including theater-specific training as outlined in USFK regulations. The contractors will be subject to certain restrictions, such as prohibitions on wearing military clothing without authorization and a ban on engaging in any business activities in the ROK aside from those related to the US armed forces. The USFK maintains the right to evacuate contractor personnel in emergency situations and will provide assistance as available. Contractors are responsible for next-of-kin notification in case of employee emergencies. Mortuary affairs for contractor personnel will be handled according to US Department of Defense directives. The contracting process will involve a close coordination between the contracting officer and USFK/FKAQ, with the latter determining the appropriate contractor status under the SOFA. The contract is likely to be firm-fixed-price, although this detail is not explicitly mentioned. No estimated value for the contract is provided. Deadlines and key dates are not explicitly mentioned within the provided file, but the presence of an active contract or RFP would imply imminent key dates for submission or project initiation. Evaluation criteria for proposals are also not explicitly stated but would likely emphasize the contractor's ability to provide efficient and effective support services in the ROK, aligning with USFK requirements and regulations.
    The document outlines the requirements for preparing a cost proposal in response to a government Request for Proposals (RFP). It specifies that offerors must submit certified cost or pricing data following FAR regulations and utilize the DFARS Proposal Adequacy Checklist for proposal reviews. A comprehensive rationale for all proposed costs must be provided to assist the contracting officer in evaluating price reasonableness. The proposal should include detailed breakout costs by Contractor Fiscal Year, identify recurring and non-recurring costs, and provide a consolidated bill of materials (CBOM) in an electronic format. Further, it outlines that all costs based on Cost Estimating Relationships (CER) need thorough justification, and historical actual costs incurred must also be detailed. Offerors are encouraged to involve subcontractors in satisfying these requirements. The document stresses the importance of addressing inadequacies in proposals and submission of an electronic cost model that details calculations and cost structures. Ultimately, the guidelines aim to ensure transparency, compliance with regulations, and a clear understanding of cost proposals for effective contract negotiation and award processes in government contracts.
    The provided file contains a comprehensive list of registration numbers, seemingly related to military equipment. Each entry includes an attachment number and a corresponding serial number, seemingly for identification purposes. The list is extensive, running up to 320 entries, and provides detailed registrations for various pieces of equipment. The procurement objective appears to be the registration and potential tracking of a large number of specialized military assets, possibly for inventory management, maintenance, or security purposes. The lack of additional details or context makes it difficult to ascertain the exact nature of the procurement process or the specific equipment types being registered. The serial numbers and registration format suggest a systematic approach, indicating a government agency's effort to maintain an up-to-date database of its equipment, likely for operational and logistical planning.
    The Request for Proposals (RFP) focuses on obtaining detailed cost proposals from offerors for a complex procurement. The primary objective is to ensure certified cost data and pricing information compliance, emphasizing DFARS regulations. Offerors are required to provide a clear breakdown of costs by cost elements, contractor fiscal years, and CLINs. The RFP mandates a comprehensive Proposal Adequacy Checklist for offerors to ensure a well-structured submission. This includes historical cost data, cost estimating relationships, and details on commercial products and services. If commercial items are proposed, offerors must justify their classifications and provide price reasonableness data. Additionally, the RFP requests an electronic cost model with active formulas for better cost proposal evaluation. The government aims to award a contract with a thorough cost analysis, ensuring efficiency and compliance. Key dates and evaluation criteria are to be expected in the full RFP document.
    The document outlines detailed pricing proposal requirements for Offerors responding to federal government RFPs. Key instructions include submitting proposals electronically via DoDSAFE, ensuring compliance with FAR and DFARS guidelines, and completing the Proposal Adequacy Checklist to avoid delays. Offerors must provide a thorough cost analysis for major subcontractors and adhere to specific thresholds for submission of unredacted proposals and procurement data. A structured Basis of Estimate (BOE) using actual data, along with electronic cost models displaying detailed calculations, must accompany proposals. Moreover, Offerors should be prepared to justify the commerciality of subcontractor items and provide supporting data for price reasonableness. Emphasis is placed on thorough documentation, corrections for non-compliance, and maintaining communication with contracting personnel throughout the proposal process. This structured approach aims to streamline the proposal evaluation and negotiation phases, ensuring transparency in pricing and compliance with federal procurement standards. Overall, the document underscores the importance of meticulous preparation and adherence to guidelines in federal contracting.
    The Performance Work Statement (PWS) outlines the requirements for the overhaul of Tunner Aircraft Cargo Loaders (ACL) as part of the U.S. Air Force's strategic maintenance program. The objective is to ensure operational safety, suitability, and effectiveness of the Tunner fleet, which is vital for global cargo movements across over 80 locations. Key services include disassembly, inspection, repair, replacement of components, and thorough testing to ensure compliance with existing specifications. The document specifies performance thresholds for deliverables, quality assurance, and timelines, emphasizing quality management aligned with ISO standards. The contractor is responsible for government property control, including reporting lost or damaged assets, compliance with environment and safety regulations, and maintaining stringent oversight over each loader’s overhaul process. The project spans a 60-month period, with specific milestones and guidelines for inspections and reporting. The comprehensive administrative framework demonstrates the government’s systemic approach to resource management in military operations, aiming to optimize equipment availability and performance while ensuring compliance with existing regulations. This PWS serves as a critical backbone for executing the maintenance strategy necessary for sustaining the Tunner fleet's operational capabilities.
    The Quality Assurance Surveillance Plan (QASP) for the Tunner Aircraft Cargo Loaders (ACL) overhaul outlines the procedures for assessing contractor performance against contract standards. It delineates responsibilities, methods of monitoring, and documentation processes to ensure that contractors deliver services that meet established quality benchmarks. The QASP is designed to be adaptable, allowing for changes in surveillance intensity based on contractor performance and ensuring prompt identification of performance issues. The document emphasizes the importance of thorough oversight via a matrix detailing performance objectives and corresponding surveillance methods. The role of the Contracting Officer Representative (COR) is highlighted, focusing on continuous performance evaluation and corrective action processes in response to unsatisfactory performance. Furthermore, the QASP specifies the performance assessment reporting system's role, including guidelines for evaluating contractors under the Contractor Performance Assessment Reporting System (CPARS). Overall, the QASP serves as a structured review mechanism ensuring that the contractor's Quality Management System (QMS) and related processes are effective, ultimately aiming to support the operational readiness and safety of the Tunner Aircraft Cargo Loaders.
    The Safety Appendix for Project FD2060-24-31655 outlines the Industrial Safety and Health Requirements for the overhaul of Tunner Aircraft Cargo Loaders. It mandates that contractors develop a comprehensive Safety and Health Plan compliant with federal, state, and local regulations, including OSHA standards and Air Force guidelines. Key responsibilities for contractors include ensuring a safe work environment, providing employee training on safety protocols, and maintaining proper protective equipment. The document details requirements on inspections, mishap reporting, emergency procedures, and specific safety protocols for tasks ranging from confined space entry to hazardous materials handling. Additionally, it underscores the need for environmental compliance and the management of toxic substances. The contractor must ensure effective communication of safety practices to all employees, including bilingual signage as necessary. Full cooperation with inspections and investigations by military safety officials is required. The outlined Safety and Health Plan must be submitted for approval and revised as needed, ensuring ongoing compliance and adaptability throughout the project lifecycle. Overall, the document aims to uphold stringent safety and health standards to protect personnel involved in this military contract.
    The Tunner Overhaul Incentive Fee Arrangement outlines a Fixed Price Incentive Firm target (FPI(F)) contract designed to incentivize both cost management and adherence to schedule for the overhaul of Tunner loaders. The total payment for each task order, inclusive of incentives, cannot exceed 120% of the target cost. Profit distribution is set at 50% for cost incentives and 50% for schedule incentives, with a specific mechanism for approving schedule incentive payments based on on-time delivery and documented acceptance via DD Form 250. If the Contractor demonstrates consistent on-time performance, the Government may shift schedule incentive funds to the cost incentive pool. Conversely, if delivery dates are missed, incentives may be reinstated. The document emphasizes the need for careful monitoring of delivery schedules and provides a structured approach to profit sharing and contractor performance assessment. This framework is aimed at enhancing project accountability and efficiency while ensuring compliance with government contracting standards.
    This document serves as a detailed inventory of Tunner Loaders, listing their registration numbers, serial numbers, and unit designations as of February 23, 2024. It presents a systematic tabulation of unit numbers, identified by their AFREGNO and serial numbers, categorized and documented for efficient tracking and maintenance purposes. The excerpt demonstrates the federal government's commitment to maintaining accurate records for military logistics, particularly in equipment management. Through meticulous documentation, the government aims to ensure operational readiness and accountability in its fleet of Tunner Loaders, which are critical for efficient transport and logistics support in various missions. Overall, the information reflects the structured approach of government agencies in managing and overseeing essential military resources.
    The document is a comprehensive listing of government-furnished property associated with various procurement activities, particularly in the context of the Department of Defense (DoD) contracts. It outlines contracts, solicitation numbers, and details pertaining to a wide range of items, categorized as either serially or non-serially managed. Each entry includes essential identifiers such as item name, description, National Stock Number (NSN), manufacturer CAGE, quantity, unit acquisition cost, and delivery specifications. The purpose of this document is to facilitate the tracking and management of government-furnished property within the context of RFPs (Request for Proposals) and grants, ensuring compliance with federal regulations. The structured approach, using categories and mandatory fields, allows for an organized view of the assets involved in government projects. Such meticulous record-keeping supports effective resource allocation and accountability in government contracting endeavors. Emphasis on both serially managed and non-serially managed items reflects the importance of proper inventory management across varied equipment, highlighting the intricacies of federal procurement processes.
    The document outlines the Contract Data Requirements List (CDRL) for a Tunner Loader contract, detailing the data item requirements and submission guidelines for contractors. It specifies that the preparation and delivery of data must align with the tailored Data Item Description, indicating that cost and software data reporting will not apply to this contract. Notable points include the requirement for contractors to submit deliverables via electronically signed letters of transmittal, and the government retains 45 days for review and approval. If disapprovals occur, contractors must respond within 15 days. Distribution is limited to U.S. government agencies and their contractors, with updates to the Contract Work Breakdown Structure (CWBS) required within 60 days of data changes. The remarks section provides additional context on data transmission, the governmental review timeline, and distribution statements, showcasing the document's focus on compliance with procedural standards and the proper management of contractual obligations.
    The document outlines the Contract Data Requirements List (CDRL) for the Integrated Program Management Data and Analysis Report (IPMDAR) related to the Tunner Loader system. It specifies the obligations of the contractor concerning data submission, including the Contract Performance Dataset and Performance Narrative Reports. The contractor is required to submit monthly reports that include financial data in a specified format (JavaScript Object Notation) and to integrate subcontractor data appropriately. Key reporting aspects involve variance analysis based on defined thresholds, changes to performance measurement baselines, and staffing alterations. The submission of deliverables must accompany a letter of transmittal to the Government, and various measures are in place for data approval and disapproval, ensuring oversight from the contracting office. Adherence to the reporting schedule is mandated, commencing two months post-award. All submissions must be directed to the EVM Central Repository for compliance. Overall, the document establishes the framework for ongoing performance evaluation and data management throughout the contract’s duration, reflecting the government's systematic approach to oversight in contracts.
    This document outlines the Contract Data Requirements List (CDRL) for a specific government contract, detailing the submission and approval process for data deliverables. It identifies a requirement for a Contract Funds Status Report (CFSR), specifying the necessary data items, frequency of submission, and distribution points. The contractor is responsible for electronically transmitting deliverables with a Letter of Transmittal (LT) to the designated Contracting Officer’s Representative (COR), which must include key identification elements. Moreover, the government holds the right to approve or disapprove submitted data within a specified timeframe, promoting clear communication and timely feedback. The CDRL emphasizes a quarterly submission schedule beginning three months after contract award, ensuring consistent reporting until contract conclusion. Distribution of the report is limited to U.S. government agencies and relevant contractors. This document is part of the broader framework of federal government Requests for Proposals (RFPs) and grants, reinforcing the structured accountability and transparency expected in federal contracting practices.
    The document outlines the Contract Data Requirements List (CDRL) for a specific government contracting project associated with a Tunner Loader. It specifies the requirements for data items to be provided by the contractor, including detailed information about submission procedures, frequency, distribution, and approval processes. The contractor must submit deliverables electronically alongside a transmittal letter, and the government is granted a 45-day review period to approve or disapprove the submissions. The document emphasizes strict timelines for submitting minutes from various reviews and conferences and includes distribution statements indicating the appropriate audiences for the information. It also highlights the importance of maintaining compliance and communication between the contractor and government representatives throughout the contract period, reflecting the regulatory context of federal RFPs and grants. Overall, the CDRL serves to ensure transparency, accountability, and timely reporting in governmental contracting activities.
    The document outlines the Contract Data Requirements List (CDRL) related to the Tunner Loader configuration within a federal contracting context. It specifies data item requirements, submission frequencies, and approval processes for modifications to various technical baseline documents, including performance specifications and management plans. The report must justify changes to these documents, and detailed requirements for the Configuration Audit Summary Report are provided, emphasizing the necessity of contractor submissions in a designated format. The government maintains the right to approve or disapprove submissions within 45 days and necessitates electronic communications through a Letter of Transmittal (LT). The document ensures compliance with federal regulations regarding data collection and management while specifying distribution protocols for government entities. Overall, this information is critical for ensuring that contractors meet performance standards and documentation requirements essential for contract obligations.
    The document outlines the Contract Data Requirements List (CDRL) related to the Tunner Loader overhaul process. Its primary purpose is to specify the necessary data and reporting requirements for contractors involved in the overhaul and post-overhaul inspection of Tunner Loaders. Key details include the necessity for contractors to submit a post-overhaul test report within 30 days of final acceptance, which should be accompanied by an inspection checklist signed by a Quality Assurance Representative (QAR). The document outlines specific submission processes, including a digitally signed letter of transmittal to communicate data deliverables, and clarifies distribution rights of the information. It emphasizes the government's prerogative to disapprove deliverables within 45 days of their submission and requires a quick response from the contractor in such cases. This CDRL is critical for ensuring compliance with various contractual obligations and maintaining the operational readiness of the Tunner Loaders. Overall, it reinforces the structured approach of the federal government in managing contracts and ensuring contractor accountability and quality through defined reporting requirements.
    The document outlines the Contract Data Requirements List (CDRL) for the evaluation of Commercial Off-The-Shelf (COTS) manuals, specifically the Overhaul Instructions Manual (OIM) for the Tunner Loader. The CDRL establishes the necessary data items, their submission timeliness, and distribution protocols. Key points include the requirement for annual updates to the OIM to reflect continuous improvement and necessary corrections, with the first update due 60 days post-contract award and subsequent revisions every 36 months thereafter. The contract stipulates specific distribution and approval processes, indicating that written approval from the Procuring Contracting Officer (PCO) is mandatory for critical data. Additionally, it highlights that a Letter of Transmittal (LT) is required for deliverables, specifying necessary elements for submission. The document serves to set guidelines for contractors on necessary documentation and submission practices, ensuring compliance with Department of Defense standards and efficient communication between contracting parties. Overall, this CDRL is critical for overseeing the management of technical documents related to military equipment maintenance and operation.
    This document outlines the requirements for a Contractor Data Requirements List related to the Tunner Loader project under the authority of the Department of Defense. It details the data item titled "IUID Marking Plan," specifying the contract references and requiring office details, along with specific guidelines about submission and approval processes. Key elements include the requirement for deliverable transmittal via an electronically signed letter, timelines for initial and subsequent submissions, and a clear distribution statement that limits access to U.S. government agencies and contractors. The document emphasizes the government's rights concerning data item approval and establishes a structured process for contractor submissions. Overall, it serves as a formal guideline to facilitate adherence to contract specifications and ensure proper communication between contractors and government representatives, reflecting the procedural rigor typical in government procurement processes.
    The document outlines the requirements for a contract data item encompassing an Accident/Incident Report concerning the "Tunner Loader." It includes various contractual and reporting requirements as mandated by the Department of Defense. Key points include the submission format, with electronic submissions accepted, and the necessity for receiving reports through the Wide Area Workflow (WAWF) system following any qualifying event. The document also stipulates a 45-day period for the government to approve or disapprove submissions, after which automatic approval occurs if no response is issued. Additionally, it details distribution rights, stating that sharing is allowed with U.S. government agencies and contractors, while emphasizing the importance of compliance with outlined protocols for data submission and management. This collection of data is essential for monitoring and improving operational safety and accountability regarding equipment incidents, which falls under broader government efforts to ensure compliance and efficiency in contract management processes.
    The document outlines a Contract Data Requirements List (CDRL) regarding the Quality Assurance Program Plan (QAPP) for the Tunner Loader system. It denotes the required data items, submission timelines, and the responsibilities of both the contractor and the government. The QAPP is mandated to be submitted within 180 days post-contract award, with subsequent submissions necessary if changes arise. Detailed information such as submission format, required elements in transmittal letters, and the government's approval or disapproval process within 45 days of submission are specified. Distribution of this information is limited to U.S. Government agencies and their contractors, emphasizing the controlled nature of the data. Furthermore, it clarifies the absence of penalties for non-compliance regarding information collection requirements without a valid OMB control number. This document demonstrates the federal government's structured approach to managing contract deliverables and ensuring compliance with quality assurance standards, reflecting its commitment to oversight in government contracts.
    The government seeks a contractor to support the Tunner Aircraft Cargo Loaders program. The primary objective is to obtain maintenance and support services for these aircraft loaders, focusing on unscheduled depot-level maintenance (UDLM). The contract is envisioned as a fixed-price incentive (firm) target/firm-fixed-price indefinite delivery requirement, with quantities and locations varying based on orders. Key items include UDLM services, data delivery (e.g., IPMDAR, CFSR), and various reports (e.g., configuration audit, systems engineering plan). The contract has a one-year base period and four one-year options, with the potential for loaded labor rates and material costs to be negotiated. Evaluation criteria emphasize the technical merit and price of proposals, with past performance also considered. Offerors must submit their responses by the specified deadline, with late submissions subject to late proposal provisions.
    The document outlines a federal Request for Proposal (RFP) related to a contract for the overhaul and maintenance of Tunner Aircraft Cargo Loaders. It specifies that the contract is a Fixed-Price Incentive, targeting support for the required parts, tools, labor, and materials. The RFP indicates an unrestricted acquisition process, with a focus on various small business designations, such as Service-Disabled Veteran-Owned and Women-Owned Small Businesses. The period of performance is five years, consisting of a basic one-year term and four annual options. Key elements include descriptions of several contract line items (CLINs) addressing overhauls, Unscheduled Depot Level Maintenance (UDLM), and required data deliverables, all valued at best estimated costs. Each CLIN details inspection, acceptance criteria, and quality assurance requirements outlined per ISO standards. Additionally, the government reserves the right to cancel the solicitation without obligation for reimbursement. This document emphasizes the procurement of quality maintenance services vital for operational readiness of military logistics systems, demonstrating the government's initiative to enhance supply chain efficiency through well-defined contractual agreements.
    Lifecycle
    Title
    Type
    Tunner OH Bridge
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Halvorsen Overhaul
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Fixed Price Incentive Firm Target (FPIF) contract to provide overhaul and maintenance support for the 25K Halvorsen Aircraft Cargo Loader. This self-propelled cargo transporter, crucial for transferring loads between warehouses and cargo aircraft, requires comprehensive maintenance to ensure operational readiness across various Air Force and commercial aircraft. The anticipated contract will be awarded as a sole source to Leonardo DRS, with a formal solicitation expected to be released around August 16, 2024, and a response deadline of 30 days thereafter. Interested parties may contact Deborah Simmons or Tiffany Davis-Patterson via email for further inquiries.
    MHU-191A/M Munitions Transporter
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of 45 units of the MHU-191A/M Munitions Transporter, with a firm fixed-price contract anticipated. Offerors must comply with stringent military standards, including a quality assurance system compliant with ISO 9001, and demonstrate their ability to meet technical specifications, including NIST cybersecurity requirements. This equipment is critical for munitions transport within military operations, ensuring safety and efficiency in logistics. Proposals are due by October 23, 2024, at 5:00 P.M. EDT, and interested parties should direct inquiries to Trevor Greig at trevor.m.greig.civ@us.navy.mil or Robert Megill at robert.a.megill2.civ@us.navy.mil.
    Overhaul of B-1 Hydraulic Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on the overhaul of B-1 Hydraulic Motors, with a firm fixed-price requirements contract anticipated for one year starting December 2024. The contractor will be responsible for providing all necessary materials, labor, and expertise to restore government-furnished reparables to a like-new condition, ensuring compliance with stringent quality standards and technical specifications. This procurement is vital for maintaining the operational readiness of military aircraft, reflecting the Air Force's commitment to reliable maintenance and parts supply. Interested vendors must submit their proposals by November 13, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.
    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.
    CONTAINER, MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of maintenance containers, specifically NSN 2590-016421408, from Winzer Corporation. The requirement includes an initial quantity of five units, with a potential option for an additional 100%, to be delivered to San Joaquin, CA, within a 210-day timeframe. This procurement is critical for maintaining operational readiness and is not set aside for small businesses, with proposals evaluated based on price, past performance, socioeconomic participation, and delivery. Interested suppliers should submit their offers via the DIBBS platform or email Travis Grafton at travis.grafton@dla.mil, with the solicitation expected to be available on or about October 22, 2024.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The C-5 Tension Regulators are essential for maintaining flight control cable tension, which is vital for aviation safety. Interested contractors must submit their proposals by October 25, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline at jacob.kline.4@us.af.mil or Phillip Russell at phillip.russell.9@us.af.mil for further inquiries.
    F-108 Cooler, Lubricating
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-108 Cooler, Lubricating units, identified by NSN 2935-01-148-5714PN. The procurement aims to secure a minimum of 7 and a maximum of 39 units, categorized as critical safety items, with an initial delivery request of 5 units per month starting May 11, 2025. This solicitation is particularly significant due to the limited competition, as only one approved supplier, MDF Technologies, Inc., is eligible to participate, and the government intends to negotiate directly under FAR 6.302. Interested contractors must submit their interest by the specified deadlines, with the RFP scheduled for issuance on October 24, 2024, and a closing date of November 25, 2024. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    17--TRAILER,GROUND HAND
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 12 Ground Handling Trailers (NSN 1740015421099). This solicitation, categorized under the NAICS code 488490, aims to fulfill specific logistical needs for military operations, emphasizing the importance of reliable ground support equipment. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 136 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    C-40A Engine CFM56-7B24 Repairs and Overhauls
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the overhaul and repair services of forty-three (43) CFM56-7B24 engines in support of the C-40A Aircraft. This procurement will be executed via a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, following a formal Request for Proposal (RFP) process that includes prior notices and drafts. The engines are critical components for the C-40A Aircraft, which plays a vital role in military logistics and transport operations. Interested parties must submit their proposals by 4:30 PM EST on December 20, 2024, and may direct questions to Lindsay Hurley at lindsay.hurley@navy.mil by October 25, 2024, to ensure timely responses from the Government.
    16--FPMU STEPUP GEARBOX, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the FPMU Stepup Gearbox, specifically NSN 7R-1680-016936882-DQ, from Triumph Gear Systems. The procurement involves the repair of six units of this specialized component, which is critical for various aircraft operations, and is being solicited on a sole source basis due to Triumph Gear Systems being the Original Equipment Manufacturer (OEM) and the only known source for this repair. Interested parties have 45 days to submit their capability statements or proposals for consideration, with the anticipated award date set for February 2025. For inquiries, potential vendors can contact Elise M. Anzini at Elise.Anzini@navy.mil or by phone at (215) 697-3967.