Intent to Sole Source BPA for Thompson Caterpillar Heavy Equipment Repair Services
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to establish a sole source Blanket Purchase Agreement with Thompson Tractor Company for the repair and maintenance of various Caterpillar heavy equipment at Hurlburt Field, Florida. This procurement is necessary due to the unique requirements of the Air Force's existing Caterpillar equipment, which can only be serviced locally by Thompson Tractor Company, given the restrictions on transporting the heavy machinery beyond a 75-mile radius. Interested parties are advised that this notice is for informational purposes only, and while no competitive quotations are anticipated, any responses received within five days of this notice will be considered. For inquiries, contact SSgt Nashawna Browne at nashawna.browne@us.af.mil or (850) 884-6200, or Mrs. Alyssa Gentry at alyssa.garred@us.af.mil or (850) 884-4843, by 4:30 PM CDT on August 25, 2025.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    CAT Skid Steer Engine Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a replacement engine for a CAT skid steer through a sole source justification. The requirement is for a brand name engine provided by Caterpillar, with the closest authorized service center located in Syracuse, NY, which is essential for maintaining operational readiness at Fort Drum, NY. This procurement is critical for the maintenance and repair of construction and excavation equipment used by the Army. Interested vendors can reach out to Renee Fletcher at renee.m.fletcher.civ@army.mil or call 315-772-9905 for further details regarding this opportunity.
    Conventional Aircraft Tow Tractor
    Buyer not available
    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.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    Blanket Purchase Agreement (BPA) for Cummins Power Parts
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for a Blanket Purchase Agreement (BPA) specifically for Cummins Power Parts, with a focus on brand-name items only. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333618, which pertains to Other Engine Equipment Manufacturing. The goods are essential for maintaining operational readiness and efficiency within military operations. Interested vendors should direct their inquiries to Melvina McNeill at melvina.l.mcneill.civ@mail.mil or by phone at 703-545-9495, with the exact address for performance to be provided upon award.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    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.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of transmission assemblies applicable to UH-1N helicopters under solicitation FA8524-26-R-0001. This procurement involves a five-year, Firm Fixed Price Requirements contract, requiring offerors to be Bell certified OEM, Air Force qualified, or possess an approved Source Approval Request (SAR). The services are critical for maintaining operational readiness of military helicopters, ensuring they meet stringent quality and safety standards. Proposals are now due by December 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at jessica.cobb.3@us.af.mil.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    AG TRACTOR REPAIR PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide compatible repair parts for a John Deere Model 6615 tractor, as outlined in a Combined Synopsis/Solicitation. The procurement includes various components such as fuel injectors, injection nozzles, and hydraulic parts, which are essential for maintaining the operational readiness of military equipment. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in government contracting. Interested parties can reach out to Robert Bero at robert.a.bero.civ@army.mil or call 315-772-8483 for further details regarding the submission process and requirements.
    Tyndall AFB Base Operations Support Services Bridge Contract
    Buyer not available
    The Department of Defense is seeking a contractor to provide Base Operations Support (BOS) services at Tyndall Air Force Base (AFB) in Florida through a sole source firm-fixed price bridge contract with Alutiiq Commercial Enterprises LLC. This contract, which is set to last for six months from May 14, 2023, to November 13, 2023, requires the contractor to deliver essential management personnel, labor, tools, training, and materials necessary for engineering support, infrastructure systems, heavy repair, and facility systems operations and sustainment for all real property and installed equipment at Tyndall AFB. The continuation of these services is critical to maintaining mission readiness until a follow-on competitive procurement is awarded under solicitation FA481922R0014. For further inquiries, interested parties can contact Matthew Lahr at matthew.lahr.3@us.af.mil or Karl Deffert at karl.deffert.1@us.af.mil.