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
    Request for Information - Tunner 60K Aircraft Cargo Loader
    Buyer not available
    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 Tunner 60K Aircraft Cargo Loader. The RFI focuses on four key areas: pipeline/material management, sustaining engineering, repair, and overhaul, aiming to gather insights from both large and small businesses, including joint ventures. The Tunner 60K ACL is critical for military logistics, facilitating the efficient transport of cargo, and maintaining its operational readiness is essential for military operations. Interested parties must submit their responses by April 11, 2025, and can direct inquiries to Deborah Simmons at deborah.simmons@us.af.mil or Tiffany Davis-Patterson at tiffany.davis-patterson@us.af.mil.
    Small Munitions Handling Trailers MHU 110/141
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry input for the procurement of Small Munitions Handling Trailers, specifically the Next Generation MHU-110 and MHU-141 models. This initiative aims to identify potential contractors capable of qualifying and producing approximately 1,100 to 1,200 munitions trailers for use by the United States Air Force (USAF) between fiscal years 2025 and 2032, emphasizing the need for compliance with safety and corrosion prevention standards. Interested parties are encouraged to submit documentation detailing their capabilities, past experience, and production capacity by January 9, 2025, with inquiries directed to Amanda Ragan at Amanda.Ragan.1@us.af.mil or Shanika Brown at shanika.brown.1@us.af.mil.
    TRUCK, HAND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a firm fixed-price contract for the procurement of hand trucks specifically designed to support UH-60 Ground Support Equipment. The contract will encompass a five-year indefinite delivery requirement, with specified production quantities and a minimum order quantity, while ensuring compliance with military specifications and standards. These hand trucks are crucial for enhancing operational readiness and support for military equipment, ensuring reliable performance in demanding environments. Interested suppliers, specifically approved vendors ALM Incorporated and Metadure Parts & Sales, should direct inquiries to Raven Henderson at raven.henderson@dla.mil or call 256-690-5444 for further details.
    TROLLEY, HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the procurement of trolley hoists to support operations in Sasebo, Japan. The contract will require the provision of a ½ ton Chester Zephyr army-type hoist and a 2-ton chain hoist, both built to military standards, with strict adherence to technical performance specifications and operational requirements. This procurement is crucial for ensuring compliance with military operational standards and enhancing the efficiency of defense operations. Interested vendors must submit their proposals by March 24, 2025, and direct any inquiries to Jennifer L. Boyle at jennifer.l.boyle16.civ@us.navy.mil, as the contract will be awarded based on technical acceptability and past performance evaluations.
    Actuator Assembly - 1720-01-034-9526
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking offers for the procurement of 75 Actuator Assemblies, identified by NSN 1720-01-034-9526. This solicitation is critical for the Aircraft Launch and Recovery Equipment (ALRE) program and will be conducted as an unrestricted procurement, allowing participation from all interested suppliers. The final award will consider price, delivery, and past performance, with the solicitation expected to be available online around February 20, 2025. Interested parties can reach out to Kyle Barr at 614-692-1243 or via email at Kyle.Barr@dla.mil for further information.
    Stored Energy System Servicing Cart (SESSC) for F22
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the acquisition of Stored Energy System Servicing Carts (SESSCs) designed for the F-22 Support Equipment Program Office. The procurement requires a minimum of eight SESSCs, which must feature a diesel engine compliant with Tier 4 regulations, operational pressure capabilities up to 5500 psi, and the ability to function in extreme temperatures ranging from -40 to 130°F, with delivery expected within 180 days to any U.S. military installation. This initiative underscores the importance of supporting small businesses, as the government is particularly interested in responses from small business categories such as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned firms. Interested parties must submit their capabilities packages electronically by 1:00 pm MT on March 17, 2025, and can contact Ryan Frost at ryan.frost.15@us.af.mil or Lyndsay Wilson at lyndsay.wilson@us.af.mil for further information.
    C-5 ACTUATOR, ELECTROMEC, NSN: 4810-00-400-0300RK, PN: 107797A100
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 42 Electromec Actuators (NSN: 4810-00-400-0300RK) intended for use on C-5 aircraft. The procurement is critical for maintaining the operational capabilities of the C-5 fleet, as these actuators are essential components in the aircraft's systems. The Request for Proposal (RFP) was issued on February 28, 2025, with a submission deadline of March 28, 2025, and delivery is scheduled in six batch shipments starting June 25, 2026. Interested parties should direct inquiries to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542, noting that the contract execution is contingent upon the availability of appropriated funds.
    Drive, Constant Speed
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is seeking proposals for the procurement of 10 units of a specific military item, identified by NSN 1650-01-438-0943 and part number 711595M. This Request for Proposal (RFP), SPRTA1-25-R-0083, requires compliance with military packaging and transportation standards, including the use of heat-treated wood to prevent invasive species, and mandates certification of quality assurance in accordance with FAR 52.246-15. The successful delivery of these units is critical for military operations, with a delivery deadline set for February 28, 2026, and proposals due by 2:00 PM CST on April 11, 2025. Interested parties can contact Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further information.
    Overhaul/Repair of Actuators.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for actuators used in the HC-27J and HC-144 aircraft. The procurement requires vendors to be FAA 145 certified and capable of performing at least 50% of the work at their certified facilities, ensuring compliance with Original Equipment Manufacturer (OEM) specifications from Moog Wolverhampton Limited. This contract is critical for maintaining the operational readiness of Coast Guard aircraft, with a focus on reliable repair services for essential components. Interested vendors must submit their capability information within ten calendar days from the posting date, with the solicitation closing on March 12, 2025, at 12:00 PM EST. For inquiries, contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    Repair Housing, Mech Drive
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of a specific mechanical drive housing component. This sources sought notice aims to identify potential sources capable of performing repairs on the item with NSN 1650-01-396-7315, which must be conducted by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. Responses are requested to gather market insights and will inform future procurement actions, with a closing date for submissions set for March 27, 2025, at 2:00 PM EDT. Interested parties should direct their responses to Adam Finnell at Adam.A.Finnell2@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil, including the reference number 70Z03825IJ0000026 in the subject line.