Auto Parts IDIQ
ID: W50S99-25-Q-1001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N1 USPFO ACTIVITY TNANG 164MEMPHIS, TN, 38118-7101, USA

NAICS

Automotive Parts and Accessories Retailers (441330)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)

Set Aside

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

    The Department of Defense, specifically the 164th Airlift Wing, is seeking quotes for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply vehicle parts, supplies, and chemicals necessary for the maintenance of its diverse vehicle fleet in Memphis, Tennessee. The procurement aims to secure a reliable source for automotive parts that meet OEM specifications, with an estimated annual expenditure ranging from $36,000 to $72,000, depending on budget allocations. This contract is crucial for ensuring the operational readiness of various vehicles, including emergency and maintenance vehicles, and will span from May 1, 2025, to April 30, 2030, with a focus on small business participation. Interested vendors must submit their quotes by February 14, 2025, and ensure compliance with FAR regulations and registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Stacy Pollet at stacy.pollet@us.af.mil or call 901-291-7108.

    Point(s) of Contact
    Files
    Title
    Posted
    The 164th Airlift Wing is seeking quotes for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply vehicle parts, supplies, and chemicals. The solicitation, numbered W50S99-25-Q-1001, is issued as a Request for Quotes (RFQ), with an emphasis on small business participation. The contract period spans from May 1, 2025, to April 30, 2030, comprising a base year and four options. Offerors must provide a complete product and price list for miscellaneous automotive parts, and evaluative criteria will focus solely on price. Award decisions may consider multiple vendors if it is beneficial for the Air National Guard. Key requirements include submission of quotes by February 14, 2025, adherence to FAR regulations, and registration in the System for Award Management (SAM). The contract requires compliance with various federal clauses related to labor standards, small business practices, and subcontracting limitations. Overall, this solicitation aims to secure a reliable source for auto parts to support the operational needs of the 164th Airlift Wing in Memphis, TN.
    The Sources Sought Information Request Form pertains to the requirement for auto parts under NAICS Code 441310, with a small business size standard of 500 employees. Interested companies must fill out the form, confirming registration in the System for Award Management (SAM) with the relevant NAICS code and socio-economic status, such as small business, 8(a) program participant, or woman-owned business. Firms are requested to provide their company name, address, DUNS number, and indicate their interest in bidding as a prime contractor. Furthermore, they should attach three references detailing similar work completed. The form emphasizes the necessity of complete and correct information to avoid disqualification from consideration for the project. This document is part of the federal procurement process aimed at sourcing capable businesses to fulfill government needs for auto parts. It focuses on ensuring that interested firms comply with registration and qualifications criteria while soliciting relevant experience in the auto parts sector.
    The Statement of Work (SOW) outlines requirements for a contractor to supply maintenance parts and supplies for vehicle maintenance at the 164th Vehicle Management Flight, with an Indefinite Delivery Indefinite Quantity (IDIQ) contract valid for a base year and four option years. The contractor must ensure timely and cost-effective delivery of parts that meet OEM specifications, deliver orders within 24 hours (barring special requests), and provide documentation with each order. Key tasks include local sourcing of parts, providing an annual catalog to the government, and maintaining prices below commercial market value. The contractor must adhere to extensive security measures for personnel accessing government facilities and must follow strict regulations regarding material handling and documentation, ensuring a 99% accuracy in records. Additionally, the contractor is responsible for responding to warranty issues promptly and is barred from performing work on recognized US holidays. The SOW emphasizes both performance accountability and compliance with government policies and regulations, reflecting the structured governance in federal contracts aimed at efficiency and security in public service operations.
    The government file outlines the inventory of a diverse vehicle fleet, detailing the specifications and quantities of various vehicles used for operational purposes. Key categories include deicers, tow tractors, trucks of different sizes, emergency vehicles, construction equipment, and specialized trucks such as fire rescue and maintenance vehicles. The document lists models by year, manufacturer, and operational quantities, indicating a mix of vehicles from brands like Ford, Chevrolet, and International, among others. Additionally, it includes chemical listings relevant for vehicle maintenance and operation, such as engine oils, hydraulic fluids, and refrigerants. This comprehensive inventory serves as a crucial component for government requests for proposals (RFPs) and grants, ensuring efficient resource management and procurement strategies for state and local entities. The structured approach reflects the agency's commitment to maintaining a functional and safe vehicle fleet necessary for public services and emergencies.
    The document outlines a government request for proposals (RFP) regarding the procurement of vehicle parts for the 164th air wing. It seeks clarity on pricing options, delivery requirements, and product specifications. Offers can include price quotes for standard parts or fixed discounts, with acknowledgment that some vehicle parts lack predefined pricing and will be quoted as needed. The estimated annual expenditure on parts ranges from $36,000 to $72,000, dependent on budget allocations. Local delivery can utilize small package couriers, provided they meet timelines outlined in the statement of work (SOW). The contract should cover both stocked inventory and as-needed repair items, with an allowance for OEM equivalent brands if preferred options are unavailable. Specific quantities for various chemicals are also requested, as some suppliers may struggle with larger volumes. Overall, the document serves as a guideline for potential bidders to understand the requirements and expectations of the contract while addressing logistics and compliance with quality specifications.
    Lifecycle
    Title
    Type
    Auto Parts IDIQ
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    SEV STRATEGIC REPLENISHMENT CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the SEV Strategic Replenishment Contract (SRC), aimed at sourcing and delivering approximately 500 National Stock Numbers (NSNs) related to Support Equipment and Vehicles (SE&V). This procurement is critical for maintaining operational readiness and efficiency in military aviation, as it encompasses essential equipment for aircraft maintenance and logistics, including tools and testing equipment. Interested small businesses, particularly those owned by women and veterans, are encouraged to participate in this total small business set-aside opportunity, with proposals due by February 16, 2021. For further inquiries, potential offerors can contact Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil.
    AMC Museum C-5A, C-141A, and A-26-C Painting
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the painting and corrosion control of C-5A, C-141A, and A-26C aircraft at the Air Mobility Command (AMC) Museum located at Dover Air Force Base in Delaware. The contract, identified by Solicitation Number FA449725Q0015, is set aside for small businesses and requires bidders to demonstrate technical capability and provide competitive pricing in accordance with the Performance Work Statement (PWS). This procurement is crucial for the maintenance and preservation of historical military aircraft, ensuring compliance with environmental regulations and quality standards. Interested vendors must submit their quotes by March 11, 2025, with project completion expected by September 1, 2025. For further inquiries, potential bidders can contact TSgt James Meeks at james.meeks.1@us.af.mil or 302-677-5226.
    2520011608074
    Buyer not available
    The Defense Logistics Agency (DLA) Land & Maritime is seeking sources for a long-term contract related to various National Stock Numbers (NSNs) associated with military vehicular components, including clutch disks, towing brackets, and wiring harnesses. The procurement aims to identify businesses capable of manufacturing these critical items, which are essential for maintaining military vehicle operability and readiness. Interested suppliers are required to complete a market survey and provide information regarding their capabilities and interest in the contract, with submissions due by November 27, 2025. For further inquiries, potential respondents can contact Brent Wahle at brent.wahle@dla.mil or Tracy Holmes at Tracy.Holmes@dla.mil.
    FA8604, MQ9 Fuselage and Wings/Tails Trailer Paint Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the MQ9 Fuselage and Wings/Tails Trailer Paint Services, aimed at enhancing the maintenance and appearance of critical military equipment. The procurement involves painting services for two fuselage trailers and wings/tails trailers, with a requirement for completion within 15 business days after delivery to the contractor's facility, adhering to military standards for quality and safety. This initiative underscores the military's commitment to maintaining robust supply chains and engaging small businesses, particularly those that are women-owned, as part of its broader procurement strategy. Interested vendors should direct inquiries to Emily A. Gomez or Andrew Petersen via email, with the contract performance period set from March 1, 2025, to September 30, 2025, and a submission deadline for proposals by January 31, 2025.
    DRUM ASSY, ACTUATOR / NSN 1680-00-918-5406 / KC-135 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the DRUM ASSY, ACTUATOR (NSN 1680-00-918-5406) specifically for the KC-135 aircraft. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to establish a contract with an estimated annual quantity of 24 units over a five-year base period, with production units to be delivered FOB Destination and inspected at the origin. The item is critical for operational readiness but is not classified as a Critical Safety Item, and the government possesses complete technical data for interested vendors. Interested parties must respond within 45 days of the notice publication, with the solicitation expected to be issued on February 3, 2025. For further inquiries, contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
    PARTS KIT, POWER UNI | EON | ENGINES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for a Parts Kit, Power Unit, specifically for engines, with the solicitation expected to be issued on or about March 3, 2025. The procurement involves an estimated annual quantity of 36 units, with delivery required 365 days after the date of order, and inspection and acceptance to occur at the destination. This parts kit is crucial for maintaining aircraft operational readiness, and it is manufactured by Ontic Engineering & Manufacturing, Inc. and Goodrich Corporation. Interested vendors can access the solicitation via the DLA Internet Bid Board System (DIBBS) and should direct inquiries to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    Maintenance Kit, Veh
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for a maintenance kit for vehicles, specifically under the presolicitation notice. This procurement is set aside for small businesses and falls under the NAICS code 336390, which pertains to Other Motor Vehicle Parts Manufacturing, indicating the need for specialized equipment related to motor vehicle maintenance and repair. The performance of this contract will take place in New Cumberland, Pennsylvania, highlighting the importance of these kits in ensuring the operational readiness of military vehicles. Interested vendors can reach out to Jennifer L. Payne at Jennifer.payne@dla.mil or by phone at 614-361-7498 for further details and to express their interest in this opportunity.
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for propane delivery services for the fiscal year 2025 at Fairchild Air Force Base in Washington. The procurement involves supplying a total of 11,363.6 gallons of commercial-grade propane, which will be delivered on an as-needed basis to support the Fire Department's training operations, with a firm-fixed-price contract structure. This opportunity is set aside for small businesses under NAICS code 457210 (Fuel Dealers), emphasizing the government's commitment to engaging small enterprises in essential service delivery. Interested vendors must submit their bids by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    HANDLE ASSEMBLY,EJE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for handle assembly components, specifically identified by NSN 1680-010533075, as part of an Indefinite Quantity Contract (IQC). This procurement is aimed at fulfilling the needs of the Air Force, with an estimated annual demand of 270 units, and will be evaluated based on price, past performance, and delivery timelines. The handle assembly is categorized as an Air Force Critical Safety Item, highlighting its importance in maintaining operational safety and efficiency. Interested suppliers must submit their written quotes by April 18, 2025, and are required to register in the System for Award Management (SAM) to participate in the solicitation process, which will be available on the DLA Internet Bid Board Systems starting March 19, 2025. For further inquiries, potential bidders can contact Eric Jones at eric.jones@dla.mil.