Request for Information - Halvorsen 25k Aircraft Cargo Loader
ID: FA8534-2X-R-XXXXType: Sources Sought
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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources capable of sustaining the Halvorsen 25K Aircraft Cargo Loader across four key areas: Pipeline/Material Management, Sustaining Engineering, Repair, and Overhaul. This initiative follows an Industry Day held on February 12, 2025, and aims to gather insights from both large and small businesses regarding their expertise and capabilities in supporting the operational readiness of the Halvorsen system. The Halvorsen 25K Aircraft Cargo Loader is critical for military logistics, ensuring efficient cargo handling and support for various military operations. Interested parties must submit their responses by April 11, 2025, and can reach out to Kimberly Mercer at kimberly.mercer.1@us.af.mil or Christopher Greene at Christopher.Greene.37@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document comprises a comprehensive list of components and parts categorized primarily as inactive or active, indicating their use in various federal, state, and local government projects. It details numerous items, including valves, screws, adapters, hoses, filters, bearings, and electrical components. Each item is specified with technical characteristics, which may relate to manufacturing, assembly, or repair processes. The file includes orders for different years, highlighting the quantities requested for each part, showcasing demand and inventory needs. This dataset is essential for procurement planning, allowing for efficient resource allocation in operational and maintenance projects. The overarching purpose appears to be providing a detailed inventory for entities to issue requests for proposals (RFPs) related to the supply and maintenance of government assets. Overall, the file serves as a critical resource for ensuring that government agencies can effectively acquire necessary components for maintaining operational readiness and compliance with safety regulations.
    The document outlines a comprehensive inventory of military locations, detailing the quantity (QTY) at various bases and airfields both domestically and internationally. A total of 487 sites are listed, including major installations such as Luke AFB in Arizona, Ramstein AB in Germany, and Udeid AB in Qatar. The inventory includes a variety of air force bases (AFBs), joint bases, air reserves, and air national guard sites. The locations span several states and countries, showcasing a broad geographical distribution of military assets. This document serves as a reference for federal government requests for proposals (RFPs), grants, and local initiatives, indicating the need for logistics, support, or services related to these military establishments. By compiling this data, the government aims to streamline operations, assess resource allocation, and potentially prepare for future funding opportunities or project implementation.
    The file presents a month-by-month breakdown of duty hours, non-duty hours, and total reports for Halvorsen from January 2024 to January 2025. It outlines duty hours ranging from a low of 6 hours in June to a high of 22 hours in September, with non-duty hours remaining consistently low, peaking at 3 hours in January 2024. The total number of reports generated over this period stands at 204, with notable monthly fluctuations. The purpose of the document appears to relate to tracking and reporting activity levels, likely to ensure compliance with federal or state guidelines in managing work hours and reporting for government contracts or grants. These records may assist in evaluating staff performance and resource allocations within the context of federal requests for proposals (RFPs) or state and local funding requirements, contributing to transparency and accountability in public sector operations. Overall, the document serves as a systematic record aimed at monitoring productivity and adherence to regulatory standards.
    The document outlines the performance metrics methodology for the Halvorsen program, focusing on four key contractual metrics: Not-Mission Capable for Supply (NMCS) rate, Logistics Response Time (LRT), Technical and Engineering Support (TES) response time, and Parts Quality. The NMCS and LRT metrics are regionally reported across four designated geographic areas, while TES and Parts Quality are aggregated globally. The methodology includes provisions for data adjustments to account for inaccuracies in reporting, with the government acting as final authority on data validation. Key performance targets are established, such as maintaining NMCS rates below 3% and adhering to specific LRT timelines based on region. The process for monthly metrics determination involves a series of deadlines for data submissions and analyses by both the Contractor and Government, culminating in a final monthly report that aggregates the performance data. This comprehensive framework aims to ensure compliance with maintenance and supply expectations critical to operational readiness in the military context.
    The Department of the Air Force's Air Force Life Cycle Management Center hosted an Industry Day on February 12, 2025, to discuss the Halvorsen Aircraft Cargo Loaders (ACL) program. Key points include shipping responsibilities, with the government covering costs and contractors coordinating through DCMA. The document provides insights into the current fleet's location, field data, and contractor details, indicating Leonardo DRS as the incumbent Contractor Logistics Support (CLS) provider. A Technical Data Package (TDP) for sustainment exists, while contract structures remain under development, aiming for full and open competition. Overhauls currently occur stateside, and management of 30,000 annual operating hours involves government oversight. The anticipated contract award schedule is projected for 1-2 years from the initial planning phase, with no defined end of life for the Halvorsen system. Parts are contractor-owned, necessitating management and field support as requirements evolve. Identifying the longest lead time items at approximately six months, this session emphasizes ongoing engagements for future procurement efforts in support of military operations. The overall purpose of this document is to clarify processes and expectations as part of government RFPs within the defense sector.
    The Halvorsen Industry Day Request for Information (RFI) seeks to identify potential sources capable of sustaining the 25K Aircraft Cargo Loader (ACL) across four key domains: Pipeline/Material Management, Sustaining Engineering, Repair, and Overhaul. Both large and small businesses, including joint ventures, are invited to participate. The RFI is a follow-up to an Industry Day held on February 12, 2025, with responses due by April 11, 2025. Interested parties must provide business details and answer a series of survey questions pertaining to their capabilities, past experience, and potential competition barriers. Additionally, they are asked about their experience in overhaul support, maintenance procedures, engineering services, inventory management, and addressing issues related to parts obsolescence. The document emphasizes the importance of maintaining inventory records and providing solutions in case of missing technical specifications. The request cites a necessity for procurement, highlighting the government's intent to enhance logistical support for military operations through effective supply chain management of the Halvorsen ACL.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    Spares Procurement
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is conducting market research for the procurement of "LEVER, REMOTE CONTROL" with NSN 3040-01-267-7734NZ and Part Number 4067415. This Sources Sought Synopsis aims to identify potential sources capable of manufacturing, inspecting, testing, and shipping an estimated requirement of 1,500 units, while also considering supply chain management and nonrecurring engineering costs. The procurement is crucial for maintaining operational readiness and support for Air Force equipment, and interested parties must submit a Source Approval Request (SAR) package along with business information by November 29, 2025. For further inquiries, potential vendors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    Request for Interested Manufacturers for the following C-5 Ladder Actuator:
    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 C-5 Crew Ladder Actuator, identified by National Stock Number (NSN) 1650010751690UC and Part Number (PN) 894244-02. This actuator is a critical component used in the C-5 aircraft's crew entry door ladder, and the government intends to award a sole source contract to Sargent Aerospace & Defense, the original equipment manufacturer, due to their exclusive knowledge and possession of necessary technical data. Interested manufacturers are encouraged to express their capabilities by December 30, 2025, by contacting Kaleb Medders or Jerry Latimer via email, although this announcement does not constitute a solicitation or commitment to award a contract.
    Conventional Aircraft Tow Tractor
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center (ALC), is conducting market research to identify potential sources for a Conventional Aircraft Tow Tractor. The tractor must meet specific requirements, including a minimum drawbar pull of 14,000 lbs, dimensions not exceeding 150 inches in length (without hitches) and 180 inches (with hitches), and a gross weight of at least 17,000 lbs, among other technical specifications outlined in the attached salient characteristics document. This equipment is crucial for the efficient handling of aircraft on the ground, ensuring operational readiness and safety at airfields. Interested vendors are encouraged to submit their capabilities, including business size and certifications, by January 5, 2026, at 5:00 P.M. Eastern Time, with responses directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000001.
    Servocyclinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    Airlift Efficiency Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force's Operational Energy Office, is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at enhancing airlift efficiencies for military and commercial transport aircraft. The solicitation invites proposals for technologies that may include new designs or adaptations of existing systems, particularly focusing on dual-use propulsion systems with thrust capabilities between 35,000-50,000 lbs, which could benefit aircraft like the C-17 Globemaster and next-generation blended wing body designs. This initiative is critical for addressing energy demands and logistics in contested environments, with a market opportunity projected at $35-40 billion until 2045. Interested parties must submit solution briefs by March 13, 2025, and can contact Capt Madison Tikalsky at madison.tikalsky.1@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil for further information.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    FORCE GENERATOR
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of a FORCE GENERATOR (NSN: 1560-01-658-0563, Part Number: 724VS201-1) intended for the CHINOOK weapon system. The DLA aims to assess whether future acquisition efforts can be competitive or set aside for small businesses, specifically under NAICS Code 336413, which encompasses Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical due to the limited availability of data rights for the part and the challenges associated with reverse engineering, which currently restricts competition to a few responsible sources. Interested parties are encouraged to contact Jonathan Gunnels at jonathan.gunnels@dla.mil for further information, as this Sources Sought Synopsis is intended for informational purposes only and does not constitute a solicitation or commitment to award a contract.
    Carrier, Gear Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. This opportunity is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity of 14 units required (7 for production and 7 as an option), to be delivered FOB Destination within 240 calendar days post-award. The solicitation has transitioned from a small business set-aside to full and open competition, with proposals due by January 12, 2026, at 11:59 PM Eastern Time, and all submissions must be sent electronically to the Contract Specialist, Jon Machacek, at jon.machacek@dla.mil. Interested parties should ensure compliance with all specified regulations and requirements outlined in the solicitation documents.
    Performance Based Logistics (PBL) for Secondary and Ground-Based Auxiliary Power Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is conducting a Sources Sought notice to identify potential sources for Performance Based Logistics (PBL) solutions related to Air Turbine Starter components for the B-2 and C-130 aircraft. The government is specifically interested in National Stock Numbers (NSNs) 2995-01-441-1056FW and 2995-01-526-8291, which are currently manufactured by Honeywell International Inc., and seeks to determine if other qualified suppliers can provide similar services, including repair, inventory management, and logistics support. This initiative is crucial for maintaining the operational readiness of various aircraft and ground systems, with the potential to amend an existing PBL Request for Proposal based on the responses received. Interested parties should contact Nathan Flinders at nathan.flinders@dla.mil or 385-591-1416, and are encouraged to submit their qualifications and relevant experience by the specified deadline.