Mini Drill Replacement Truck Beds (CBTT) Program
ID: 6973GH-25-R-CBTTType: Sources Sought
Overview

Buyer

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

NAICS

Iron and Steel Pipe and Tube Manufacturing from Purchased Steel (331210)

PSC

IRON AND STEEL PRIMARY AND SEMIFINISHED PRODUCTS (9640)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 9:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Mini Drill Replacement Truck Beds (CBTT) Program, aimed at procuring two commercial off-the-shelf (COTS) replacement truck beds along with associated equipment. The primary objective is to enhance operational capabilities for the Customs and Border Protection (CBP) agency, particularly in support of the National Subterranean Operations (NSO) under the U.S. Border Patrol, by providing essential equipment designed for investigative and remediation tasks against cross-border threats. Interested vendors are required to submit their capability statements, including previous contract experience and a strategy for fulfilling the requirements, by 4:00 p.m. Central Time on April 4, 2025, to Jason Perry at jason.m.perry@faa.gov, with all submissions marked as proprietary as necessary.

Point(s) of Contact
Files
Title
Posted
The Mini Drill Replacement Truck Beds (CBTT) Program outlined in this Statement of Work (SOW) is a contractual effort between the Department of Homeland Security (DHS) and the Federal Aviation Administration Logistics Center (FAALC). The project focuses on procuring two commercial off-the-shelf (COTS) replacement truck beds, crucial for the National Subterranean Operations (NSO) under the U.S. Border Patrol (USBP). The truck beds, designed for investigative and remediation use against cross-border threats, are to fit Government Furnished Equipment (GFE) heavy-duty trucks. The optional scope includes the acquisition and installation of additional equipment, including toolboxes, headache racks, and a diesel transfer tank for field operations. Deliveries are to be made to a specified Customs and Border Protection location with a warranty period of one year on supplied items. Progress will be monitored through regular status reports and meetings, and final acceptance is contingent on approval by designated authorities. The design package's delivery is expected within 90 days of the contract award, emphasizing timely execution and compliance with project requirements.
The Cross Border Tunnel Threat (CBTT) Mini Drill Drop-In Beds Procurement Specification outlines the requirements for two identical replacement drop-in beds designed for a 2025 Chevrolet K4500 Crew Cab/Chassis truck. Key specifications include a bed length of 11' 4", a steel tube headache rack, and structural steel construction for durability. Additional features include various hitch systems capable of supporting heavy loads, a utility toolbox with specifically sized compartments, and a 100+ gallon diesel transfer tank system. The document indicates that the acquired drop-in beds will be installed on the trucks procured under the CBP CBTT Program. The context of this procurement highlights the government's focus on enhancing operational capabilities in response to border security threats, ensuring that the necessary equipment meets stringent performance and safety standards.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is seeking proposals for the purchase and installation of a steel utility truck bed for a 2024 Chevy Silverado 5500HD. The procurement aims to enhance the operational capabilities of the Job Corps facility, ensuring that the vehicle meets specific technical and safety standards as outlined in the Request for Proposal (RFP). This initiative is part of the government's broader efforts to modernize its fleet and improve service delivery. Interested vendors must submit their proposals by April 30, 2025, at 1700 ET, and can direct inquiries to Megan Allaire at megan.allaire@usda.gov or Tracy Doud at Tracy.Doud@usda.gov.
MARKET SURVEY: FOR THE PROCURMENT OF CRANE AND OPERATOR SERVICES TO REMOVE A RADAR SYSTEM FROM A 180 FOOT SELF – SUPPORTED TOWER. THIS WORK WILL BE PERFORMED NEAR BUFFALO, NEW YORK.
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to procure crane and operator services for the removal and replacement of a radar system from a 180-foot self-supported tower near Buffalo, New York. The project requires a minimum 150-ton capacity crane and operator to safely handle the existing radar components, which weigh approximately 718 pounds, with the work expected to take three days to complete. This procurement supports the Department of Homeland Security’s Customs and Border Protection Agency's mission to enhance border security infrastructure. Interested vendors must submit their capability statements and any relevant SBA 8(a) certification by 5:00 p.m. Central Time on April 28, 2025, to Bryon Nolan at Bryon.R.Nolan@faa.gov, including "Market Survey Response: Northern Border Crane and Operator Support Buffalo, N.Y." in the subject line.
Utility vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of two Workman HDX 4WD TORO utility vehicles. The vehicles must meet specific requirements, including a manual transmission, on-demand 4WD capability, a hauling capacity of up to 3,500 lbs, and features such as a cab door kit, heating, turn signals, lights, mirrors, independent suspension, and dual rear springs, powered by a Kubota 972 EFI engine. These utility vehicles are essential for various operational tasks within military installations, ensuring efficient transportation and logistics support. Interested vendors should contact Mark Upshaw at mark.a.upshaw2.civ@army.mil or 540-623-8608, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding this total small business set-aside opportunity.
Helium Rehabilitation, Requalification, and Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified vendors for a contract focused on helium rehabilitation, requalification, and maintenance of helium tube trailers. The primary objective of this procurement is to provide contracted labor services that will support the management and maintenance of operational needs related to tethered aerostat radar and tactical surveillance systems, which are crucial for monitoring illicit activities along the U.S.-Mexico border and surrounding areas. This initiative underscores CBP's commitment to maintaining effective surveillance capabilities while adhering to safety and regulatory standards as outlined by the U.S. Department of Transportation and CGA guidelines. Interested vendors must submit their responses to the Request for Information (RFI) by April 28, 2025, and can direct inquiries to Somer Nastick at somer.nastick@cbp.dhs.gov.
FLATDECK TRAILER(S)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of two specialized Flatdeck Trailers designed to transport new compression chambers for dive operations and training. These trailers must meet specific requirements regarding size, weight, and safety features to ensure the secure transportation of sensitive equipment. The procurement is part of the Coast Guard's initiative to enhance operational capabilities, with the trailers to be delivered to the Regional Dive Locker East in Portsmouth, Virginia, and the Regional Dive Locker West in National City, California. Interested vendors must submit their offers by May 5, 2025, at 5:00 PM PST, and direct any inquiries to Terry E. Craft at terry.e.craft@uscg.mil.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
Refurbishment and Conversion of MX-4 Electric Tow Tractors to Model MZ
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking contractor services for the refurbishment and conversion of four MX-4 Electric Tow Tractors to Model MZ. The primary objective is to replace outdated components, including Ballard Traction Inverter Modules, and to implement necessary modifications as outlined in Service Bulletin SB-MX4-008K, ensuring the tractors meet operational standards. This procurement is critical for maintaining the Coast Guard's operational support for aircraft movement and equipment transport capabilities. Interested parties should submit their quotations by April 24, 2025, with an anticipated award date of April 25, 2025. For further inquiries, contact Geneva James at geneva.k.james@uscg.mil.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors for the QZA Parking Lot Replacement project located in Oilton, Texas, under solicitation number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Purchase 2 New Dump Trucks
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking quotations for the purchase of two new dump trucks under a combined synopsis/solicitation. The procurement is set aside exclusively for small businesses, with a focus on the construction machinery manufacturing industry, as indicated by the NAICS code 333120. These dump trucks are essential for various construction and excavation projects, and the government requires delivery within 90 days after contract award. Interested vendors should direct inquiries to Constance Hughes at constance.hughes@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil, with all submissions due by the specified deadline in Central Time.
C-130 Wheel Well Blast Booth/Paint Booth
Buyer not available
The Department of Defense, through the Fleet Readiness Center, is seeking qualified contractors to design, manufacture, deliver, and test mobile blast and paint booths specifically for C-130 aircraft wheel wells. The procurement aims to integrate critical systems that ensure environmental safety and compliance, featuring airtight designs with recovery systems for paint and debris, as well as facilities for surface preparation and application. These booths are essential for maintaining high-quality standards in aircraft maintenance while adhering to safety and environmental protocols. Interested parties must submit their capabilities by April 25, 2025, to Jeffrey Smith at jeffrey.t.smith6.civ@us.navy.mil, with responses limited to ten pages and no funding available for response preparation.