KC-130J Propeller Transport Dollies
ID: N6833524R0268Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

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

PSC

AIRFIELD SPECIALIZED TRUCKS AND TRAILERS (1740)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, intends to procure Propeller Transport Dollies from KWD Aircraft Support Equipment LLC for the KC-130J Program. These specialized dollies are essential for the transportation, storage, and maintenance of Hamilton Standard and Dowty Aerospace Propellers used in C-130 type aircraft, facilitating Organizational Level Maintenance tasks. The procurement will be conducted on a sole-source basis due to the proprietary nature of the equipment, with no other manufacturers or distributors able to meet the Government's requirements. Interested parties may submit responses within fifteen days of publication, with a deadline of October 11, 2024, at 11:00 AM EDT, directed to Mairen Flanagan at mairen.e.flanagan.civ@us.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    KC-135 MOTOR PUMP HYDRAULIC, NSN: 1650-01-161-1597HS, PN: 731828A
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of hydraulic motor pump spares specifically for the KC-135 aircraft. This sole source acquisition is aimed at acquiring a total of 428 units, with a minimum order of 107 and a maximum of 642, to be delivered to Tinker Air Force Base, Oklahoma, by July 16, 2025. The procurement is limited to the qualified source Hamilton Sundstrand, emphasizing the specialized nature of the components required for the aircraft's operational capabilities. Interested parties must submit their proposals by November 7, 2024, following the estimated issue date of the Request for Proposal on October 7, 2024, and can direct inquiries to John Nolan at john.nolan.8@us.af.mil or by phone at 405-855-3542.
    Request for Interested Manufacturers of the UH-1N Internal Rescue Hoist
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is conducting market research to identify manufacturers capable of producing the UH-1N Internal Rescue Hoist Model 42305-3. This electrically powered hoist is designed for use in various helicopter models, featuring a unique translating drum cable management system that enhances cable life and performance. The DLA intends to award a sole source contract to Goodrich Corporation, the original manufacturer, due to their exclusive knowledge and technical data related to the hoist. Interested parties must express their capabilities by emailing Kiem Tarpley or Vanessa Moes no later than October 4, 2024, as this opportunity is not a solicitation and does not guarantee contract award.
    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.
    NOM: COMPOSITE REPAIR SET, AIRCRAFT WSDC AEF END ITEM: KC-46A SUPPORT EQUIPMENT FOR AERIAL REFU PR: 7007689918, NSN: 4920-014624666: IAW P/N: HCS9200B
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed price contract for the procurement of a Composite Repair Set for Aircraft, specifically the KC-46A Support Equipment for Aerial Refueling. The requirement includes one National Stock Number (NSN: 4920-014624666) with a quantity of 17 units, which are critical for maintaining and repairing aircraft systems. The solicitation is set to be issued on or about August 14, 2024, with a closing date of October 16, 2024, and the delivery schedule is 192 days after receipt of order. Interested parties should contact Jalon Lynch at Jalon.Lynch@dla.mil or by phone at 804-759-9420 for further details.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    N00383-24-Q-3260
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is preparing to solicit a sole-source procurement for a five-year repair Blanket Order Agreement (BOA) with Eaton, the Original Equipment Manufacturer (OEM) for H-53 support parts. This procurement is critical as it ensures the availability of specialized repair parts for the H-53 aircraft, which are essential for maintaining operational readiness and safety. The solicitation is expected to be released around October 10, 2024, with a response deadline of approximately November 9, 2024, and interested parties should direct their proposals electronically to the designated contracting officer, Christopher Kilcourse, at CHRISTOPHER.KILCOURS@NAVY.MIL. This opportunity does not include a Total Small Business Set-Aside and will follow FAR Part 15 procedures.
    Sole Source Parker Hannifin spares
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Richmond, Virginia, is preparing to issue a Letter Request for Proposal (RFP) for the procurement of sole source spare parts from Parker Hannifin Corporation. This initiative targets a total of 280 National Stock Numbers (NSNs) associated with various weapon systems and operational platforms, with the intent to award the contract solely to the Original Equipment Manufacturer (OEM) due to their approved status as the source of supply. Interested non-OEM suppliers and surplus dealers are encouraged to express their interest and provide documentation demonstrating their capability to supply the required items, as the government may consider alternative acquisition strategies if beneficial. The anticipated timeline for this procurement includes an open date of September 9, 2024, and a closing date of October 10, 2024. For further inquiries, interested parties may contact Kenya Allamby at kenya.allamby@dla.mil or by phone at 804-279-3716.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a presolicitation for a long-term contract focused on the repair of actuator components essential for the V-22 aircraft and Foreign Military Sales (FMS) requirements. This procurement will be a sole source solicitation directed at GE Aviation Systems LLC, the original equipment manufacturer, as they are the only known source for the necessary repair parts due to the government's lack of data rights for alternative suppliers. The contract is expected to span three years, with specific quantities and pricing outlined for various actuator types, including electro-mechanical and mechanical options, which are critical for maintaining operational readiness. Interested parties may submit capability statements or proposals by November 12, 2024, and should direct inquiries to Linda Vong at linda.vong2.civ@us.navy.mil or call 215-697-5936.
    16--HUB,CONTROL WHEEL,A, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the HUB, CONTROL WHEEL, A, with a National Stock Number (NSN) of 7R-1680-015817946-E7. The procurement involves a quantity of 17 units, and it is critical that the part is sourced from approved suppliers due to its flight-critical nature and the necessity for engineering source approval to ensure quality. Interested parties must submit their proposals along with the required source approval documentation within 45 days of this notice, and any inquiries can be directed to Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL.
    N00383-24-Q-0038
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to solicit a sole-source contract from MPC Products Corp for a five-year repair Basic Ordering Agreement (BOA) related to the F-18 aircraft. This procurement is necessary as MPC Products Corp is the Original Equipment Manufacturer (OEM) and the sole source for the required repair support, given the government's lack of proprietary data for alternative sources. The solicitation process will invite capability statements or proposals from interested parties, although it is not a competitive procurement, with submissions due by November 9, 2024. Interested vendors should contact Christopher Kilcourse at CHRISTOPHER.KILCOURS@NAVY.MIL for further details and must submit their qualifications electronically, as physical copies will not be provided.