Solicitation - Complete Sanding Dust Extraction System - MMAC Oklahoma City, OK
ID: 6973GH-25-Q-00158-Complete_Sanding_Dust_Extraction_SystemType: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

MISCELLANEOUS MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4940)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for a Complete Sanding Dust Extraction System to be installed at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma. The contractor is required to provide a new, centralized dust extraction system designed to operate in hazardous environments, ensuring compliance with safety regulations and performance specifications, including HEPA filtration and specific airflow capabilities. This procurement is crucial for maintaining air quality and safety standards in aviation operations, supporting the maintenance and repair of National Airspace System assets. Interested vendors must submit their quotations by August 8, 2025, with a delivery deadline for the system set for December 31, 2025. For further inquiries, potential bidders can contact Raymond Lena at raymond.a.lena@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotations (RFQ) from the Federal Aviation Administration (FAA) for a Complete Sanding Dust Extraction System installation, emphasizing a small business set-aside under NAICS Code 333998. Issued on July 22, 2025, it outlines the delivery deadline of December 31, 2025, and specifies that quotes must be received by the issuing office by the close of business on August 8, 2025. Interested vendors are informed that submitted quotations are not binding offers and that adherence to federal guidelines, specifically Executive Orders from January 20, 2025, is required. The contract terms dictate that suppliers provide domestic-origin materials unless otherwise noted and comply with a range of provisions covering eligibility, conflict of interest, and representation regarding business integrity. Additionally, contractors are prohibited from using services from certain companies and must ensure compliance with the Buy American Act. The document underscores the FAA's commitment to transparency, compliance, and supporting small businesses, while detailing specific requirements that vendors must fulfill to engage in the bidding process, ensuring proper completions aligned with federal regulatory standards.
    The document pertains to a logistics support facility and outlines a multitude of significant structural components and electrical systems involved in its operation. Key elements include various rooms such as a conference room, paint shop, and test station, alongside detailed descriptions of mechanical and electrical installations like conduit placements, delivery sections, and HVAC systems. The plans feature markings for specific equipment, pathways, and safety areas ensuring compliance with operational standards. Each section signifies different functionalities essential for logistics operations, highlighting the facility's complexity and its adherence to federal regulations. Overall, this document serves as a foundational blueprint for development in line with government RFP requirements and local standards, emphasizing safety and operational efficiency in facility management.
    The document outlines a Statement of Work (SOW) for a centralized dust extraction system at the Mike Monroney Aeronautical Center (MMAC). The project requires the purchase, installation, and training for the system, designated for environmental safety and efficiency in supporting various air traffic management systems across the National Airspace System. Key requirements include compliance with safety regulations from agencies like OSHA and the EPA, and specific system design to operate in hazardous locations, ensuring filtration and safety measures are in place. The contractor must provide detailed plans for installation, performance requirements including airflow capacity, and maintenance procedures throughout the product's lifecycle. Mandatory training for operators and strict adherence to safety protocols during the equipment's implementation are crucial. The project emphasizes environmental protection, the use of non-toxic materials, and significant safety measures to prevent hazards. This RFP illustrates the government's commitment to maintaining high standards of air quality and safety in aviation environments while ensuring contractors deliver comprehensive solutions aligned with federal regulations.
    Lifecycle
    Similar Opportunities
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Avion-50 Rubber Removal Chemical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of 14 Avion 50 Nexgen rubber removal chemical totes, each with a capacity of 275 gallons, to be delivered to Altus Air Force Base in Oklahoma. The primary objective is to acquire these chemicals by December 19, 2025, with an alternate delivery date of December 31, 2025, and the procurement is set aside exclusively for small businesses under the SBA guidelines. The rubber removal chemical is crucial for maintaining airfield operations and ensuring safety standards. Interested vendors must submit their quotes electronically by December 8, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact 2nd Lt Jacob Funderburg at jacob.funderburg.1@us.af.mil or TSgt Kevin Pillow at kevin.pillow@us.af.mil.
    Auger Assembly and Install
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for the procurement and installation of four 6" Copper Dust Auger Systems at its facility in Glynco, Georgia. The objective of this procurement is to replace manual projectile and residue removal methods in indoor firearms ranges with automated auger systems, which will enhance operational efficiency and safety. The project involves fabricating, delivering, and installing all-steel auger assemblies equipped with Variable Frequency Drives (VFDs) and heavy-duty dust-control hoses, while the government will manage electrical connections and provide necessary infrastructure. Interested contractors must submit their quotes electronically by December 10, 2025, and are required to be registered in the System for Award Management (SAM) prior to award. For further inquiries, contact Gary Scidmore at gary.n.scidmore@fletc.dhs.gov or by phone at 912-280-5343.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Manifold Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is soliciting proposals for the manufacture and supply of the "Manifold Assembly No. 4," a critical component for aircraft engine systems. This unrestricted procurement encourages open competition and aims to support small businesses, including those owned by women, veterans, and HUBZone entities, while ensuring compliance with stringent quality assurance measures and delivery schedules. The selected contractor will be required to deliver the specified items by February 15, 2025, and must adhere to government regulations regarding material sourcing and payment processing through the Wide Area Workflow (WAWF) system. Interested parties can contact James Callins at 405-855-3581 or via email at JAMES.CALLINS@US.AF.MIL for further details.
    NSN2840-01-187-3185PN_HousingGearboxTurbine_F108_PN9976M74G04_FD2030-25-02064
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of five units of Housing, Gearbox, Turbine, identified by NSN 2840-01-187-3185OK and part number 9976M74G04. The contract requires the delivery of these units, which must be new and manufactured from aluminum alloy, with specific dimensions and weight, to be staggered between August and October 2027 at DLA Distribution Depot Oklahoma. This acquisition is classified as a Critical Safety Item (CSI) and is subject to compliance with ISO 9001:2015 quality assurance standards and the Buy American Act. Proposals are due by December 8, 2025, at 3:00 PM CST, and must be submitted electronically to Alex Varughese at alex.varughese.1@us.af.mil. Interested parties must also be registered with SAM.gov and agree to use Wide Area Workflow Receipt and Acceptance (WAWF-RA).
    Vane Segment, Compre.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is preparing to issue a Request for Proposal (RFP) for the acquisition of Vane Segments, specifically 22 units identified by National Stock Number (NSN) 2840-01-619-7379NZ, with a delivery deadline of February 11, 2026. This procurement is critical as the Vane Segments are classified as safety items, necessitating adherence to first article and qualification standards, and the acquisition is export-controlled with no surplus materials permitted. The RFP is expected to be released on December 2, 2024, and will close on December 24, 2024; interested parties should note that this opportunity is not set aside for small businesses, with Raytheon Technologies Corporation identified as the approved source. For further inquiries, interested vendors can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000.
    FD2030-25-01375
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a duct, fan, aircraft (NSN: 2840-01-428-7655NZ) as part of its ongoing support for military aviation operations. The procurement specifically targets the manufacturing of aircraft engine components, highlighting the importance of maintaining operational readiness and efficiency in military aircraft. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and further details can be obtained by referring to the solicitation information. For inquiries, potential bidders are advised to contact the designated personnel as specified in the solicitation documentation.
    Chamber Assembly
    Buyer not available
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is seeking quotations for the procurement of two new manufacture Chamber Assemblies (NSN: 6636-01-528-9316 BO) intended for testing Regulated Emergency Oxygen Systems. This procurement is critical for ensuring the reliability and safety of oxygen systems used in various defense applications. Interested vendors must submit their quotes by December 12, 2025, and include evidence of Original Equipment Manufacturer (OEM) permission, as the government does not own data rights for the item. Delivery is expected by July 19, 2026, and all submissions should be made electronically, with further inquiries directed to Howard Heflin at howard.heflin@us.af.mil.