USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
ID: FA441925Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

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

    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.

    Files
    Title
    Posted
    The U.S. Government is seeking to acquire six AMS Recovery Transporters for aircraft recovery purposes, specifically designed for both light and advanced fighter aircraft. These transporters are self-contained and capable of operating effectively on various types of surfaces. Key specifications include a weight capacity of at least 10 tons, a low insertion height of 12 inches, compliance with USAF technical orders, and the ability to be air-transported either as palletized cargo or rolling stock. The design incorporates an adjustable length tow bar compatible with existing military equipment, airbag modules for recovery, and necessary rigging and storage components. The transporters will enhance the quick and safe recovery of aircraft, ensuring operational readiness and minimizing downtime. This procurement aligns with government RFPs focusing on capability enhancement in military logistics and aircraft recovery operations.
    The document FA441925Q0014 outlines clauses related to a federal government Request for Proposals (RFP) and grants, emphasizing compliance and reporting requirements for contractors. Key provisions include regulations concerning the treatment of compensation for former defense officials, employee whistleblower rights, safeguarding defense information, and restrictions on telecommunications equipment and services. Additional clauses address domestic sourcing preferences, representation related to operations with the Maduro regime, and prohibitions regarding certain regions, such as the Xinjiang Uyghur Autonomous Region. Contractors are required to use the Wide Area Workflow (WAWF) for electronic payment submissions and adhere to guidelines for item unique identification under Department of Defense standards. The document's main purpose is to provide a comprehensive framework for government contracting, ensuring transparency, legal compliance, and protection of sensitive information. It serves as a critical resource for contractors to understand their obligations, contributing to a structured and regulated contracting environment that aligns with federal and defense operational standards. Overall, it exemplifies the government's commitment to rigorous oversight and accountability in procurement processes.
    The document outlines the requirements for submitting price proposals in response to Request for Proposal FA441925Q0014. Offerors must complete the price submission using a designated page in the Combo and submit it electronically via specified email addresses. Each offeror is required to input prices for various Contract Line Item Numbers (CLINs), with total calculations performed automatically by the spreadsheet. It emphasizes the necessity for the offeror's registration in the System for Award Management (SAM) to reflect the appropriate North American Industry Classification System (NAICS) code, specifically 336413, which is related to the manufacturing sector of motor vehicle parts. This guidance is crucial for ensuring compliance and facilitating evaluation during the RFP process.
    The document outlines the evaluation criteria for a government solicitation FA441925Q0014 regarding commercial products and services contracts. The Government will award the contract to the most advantageous offeror based on price and technical acceptability. Evaluation focuses on providing a best value to the Government, with price as a primary factor and technical qualifications assessed for the three lowest priced bids. The evaluation process begins with a completeness review of all submissions, with non-complete bids becoming non-responsive. The total evaluated price (TEP) is calculated by adding the Contract Line Item (CLIN) values, and the contracting officer evaluates the price for reasonableness. Technical evaluations determine if the vendor's proposals meet the minimum requirements, with two ratings: "acceptable" and "unacceptable." Offerors must adhere to solicitation requirements and note any exceptions. This document serves as guidance for vendors looking to submit proposals in accordance with Federal Acquisition Regulation (FAR) standards, emphasizing the importance of both pricing and technical performance in the selection process.
    The document is currently inaccessible, providing instructions unrelated to specific content related to federal government RFPs, federal grants, or state and local RFPs. There is no topic or key ideas to summarize as the intended information is not available. The message primarily offers guidance on updating Adobe Reader to view the intended document properly. For analysis, one would generally expect detailed descriptions of funding opportunities, project requirements, or grant specifications. In this context, such documents typically aim to solicit proposals for funding or project execution within government frameworks. Therefore, without the actual content, a comprehensive summary or critical analysis cannot be completed as planned. Further action may be required to retrieve the actual document for proper evaluation and summarization.
    The document in question appears to be inaccessible and primarily serves as a prompt for upgrading Adobe Reader. It does not contain substantive content related to federal government RFPs, grants, or state and local RFPs. Therefore, an analysis or summary focused on outlining key topics, ideas, or supporting details cannot be conducted, as no pertinent information is presented. If the content were available, it would typically cover proposals for federal grants, RFP processes, and provide details about specific funding opportunities or project requirements. However, due to the lack of accessible material, no meaningful summary can be formulated.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    17--TRANSPORTABILITY KI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Transportability Kit (NSN 1740016683886). This solicitation, categorized as a Total Small Business Set-Aside, requires the delivery of one unit to DLA Distribution within 167 days after the order is placed, with specifications provided by the approved source 1T765 HM025-200-31. The Transportability Kit is crucial for aerospace craft launching, landing, ground handling, and servicing operations, underscoring its importance in military logistics. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to DibbsBSM@dla.mil.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    New Aircraft Pallets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of new all-aluminum air cargo pallets to replace the existing 463L model. This procurement aims to enhance the air cargo capability essential for military logistics, ensuring that mission-critical resources are transported with reliability and efficiency. The new pallets will maintain similar dimensions and load capacities while improving durability and operational performance, with a projected monthly requirement of 1,583 pallets. Interested parties must submit their responses to the Contractor Capability Survey by December 19, 2025, and can direct inquiries to Tiffany Davis-Patterson at tiffany.davis-patterson@us.af.mil or Douglas Lindsey at douglas.lindsey@us.af.mil.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    727 AMS Cargo Racking
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of a Cargo Racking System for the 727 Air Mobility Squadron (AMS) at RAF Mildenhall, United Kingdom. The project involves the fabrication and installation of safety modifications, including 21 rear X-bracings and 63 rubberized pads for the existing 463L cargo racking system, aimed at enhancing safety and operational efficiency in cargo handling. This procurement is critical for maintaining the functionality of the Air Mobility Command's sole en route location in the UK, ensuring secure and efficient cargo movement. Interested contractors must submit their quotes by January 13, 2026, and direct inquiries to Amn Brandon Hampton or SrA Veronica Batista Velez via the provided email addresses, with the understanding that funding is contingent upon availability.
    Transient Alert Services 1 Bridge 2 Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Transient Alert Services 1 Bridge 2 Modification, which involves multiple award ID/IQ contracts aimed at providing essential support for aircraft not assigned to a base or those in transit. The primary objectives of this procurement include aircraft management control, processing, emergency response services for both in-flight and ground emergencies, and ensuring environmental compliance in accordance with Air Force Instructions. These services are critical for maintaining operational readiness across 44 mandatory bases and 11 optional bases within the Air Force. Interested parties can reach out to Alexis Strieker at alexis.strieker@us.af.mil or Jennifer L. Gasparich at jennifer.gasparich@us.af.mil for further details.
    USAFRICOM Dedicated Passenger Air Charter Service
    Dept Of Defense
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for dedicated passenger air charter services (DPACS) to support the U.S. Africa Command (USAFRICOM) and U.S. European Command (USEUCOM) missions. The contractor will provide a primary fixed-wing aircraft based in Stuttgart, Germany, along with surge aircraft capabilities deployable within 15 days of request, managing all aspects of air transport, logistics, and compliance with military regulations. This contract is crucial for ensuring reliable air transport services in support of military operations, with a base period of performance from May 1, 2026, to April 30, 2027, and four additional one-year option periods extending to April 30, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Brenda Marshall at brenda.l.marshall10.civ@mail.mil or Thomas M. Fee at thomas.m.fee2.civ@mail.mil.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    17--TOWBAR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of aircraft towbars, specifically NSN 1730015624023, with a requirement for 11 units to be delivered to DLA Distribution. This solicitation is part of a combined synopsis/solicitation and is set aside for Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in the defense sector. The selected vendor will be responsible for providing the specified equipment, which is critical for aircraft handling and servicing operations. Interested parties must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, with the solicitation details accessible through the DLA's online platform.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.