Purchase of New Vehicle Parts CONDOR AERIAL LIFT TRUCK REPAIR 730AMS, 374th Logistics Readiness Squadron/LGRVC, Yokota Air Base, Japan
ID: FA520924Q0078Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5209 374 CONS PKAPO, AP, 96328-5228, USA

NAICS

Motor Vehicle Supplies and New Parts Merchant Wholesalers (423120)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)

Set Aside

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

    The Department of Defense, through the 374th Logistics Readiness Squadron at Yokota Air Base, Japan, is seeking qualified vendors to provide new replacement vehicle parts under Solicitation No. FA520924Q0078. The procurement includes specific parts for various models, including a Time Manufacturing Company Condor CTA-130-S and a New Holland TS115A, with detailed requirements outlined in the attached parts and price list. These components are critical for maintaining operational readiness and equipment standards at military installations. Interested parties should direct inquiries to Yoshiki Tada or Sonomi Yoshihashi via the provided contact information, with offers due by September 17, 2024.

    Files
    Title
    Posted
    The document serves as an attachment to the Request for Proposal (RFP) FA520924Q0078, detailing a parts and price list from Time Manufacturing Company for specific components related to government contracts. The list includes various hydraulic hoses, assembly parts, limit switches, decals, gages, motors, filters, and fittings, along with their respective part numbers, quantities, and unit prices. Additionally, it specifies shipping terms, including a desirable delivery timeline of 60 calendar days after receipt of order to a specified depot in Tracy, California, as well as payment, warranty, and quote details that need to be filled in by the offeror. The document aims to facilitate procurement by outlining required parts for maintenance or repair of the specified equipment, establishing a framework for suppliers to submit their bids in response to the RFP. This is consistent with government procurement practices to ensure transparency and efficiency in acquiring necessary resources for operations.
    The document outlines a parts and price list for the LRS V-MX replacement parts requested for Yokota Air Base, Japan, under federal procurement reference FA520924Q0078, Amendment 0002. It includes detailed descriptions, quantities, and manufacturer part numbers for three separate Contract Line Item Numbers (CLINs). CLIN 0001 pertains to parts for a Time Manufacturing Company Condor CTA-130-S model from 2010, listing components such as hydraulic hoses, limit switch assemblies, and various plug fittings. CLIN 0002 features parts for a 2011 model of the same unit, primarily focusing on wear pads, carrier assemblies, and connecting cables. CLIN 0003 details parts for a New Holland TS115A from 2018, including air filters, reservoir components, and complete assembly parts. The document specifies delivery schedules and terms for shipping to designated depots in California, emphasizing a need for timely fulfillment. It reflects the structured approach needed in government procurement for maintaining equipment standards at military installations, ensuring all necessary components are documented and ready for acquisition. By illustrating a clear inventory and terms of service, it supports efficient processing of the procurement request.
    The government document is an attachment detailing the parts and pricing list related to a Request for Proposal (RFP) identified as FA520924Q007, specifically Amendment 0001. It enumerates components necessary for a Time Manufacturing Company model Condor CTA-130-S. Each item, including hydraulic hoses, electrical assemblies, and filters, features item numbers, descriptions, part numbers, quantities, and respective unit prices. Essential terms include delivery timelines, warranty information, and payment terms, indicating a preference for delivery to the Tracy Depot in California within 60 days following receipt of order. The list demonstrates the procurement process for essential parts, emphasizing the government’s structured approach in maintaining operational capabilities for equipment. Delivery and payment details underscore compliance and accountability in federal acquisition practices, adhering to standardized procedures for sourcing materials. Overall, this document exemplifies the systematic procurement and supply management process within federal initiatives.
    The document addresses a question regarding the accuracy of a part number related to the LRS V-MX Replacement Parts solicitation at Yokota Air Base, Japan (Solicitation No. FA520924Q0078). A supplier raised a concern that part number 876688301 might be incorrect due to an excessive number of characters. In response, the government clarified that the original part number 5132016 for the ISOLATOR is still valid and accepted alongside 876688301 or any equivalent part. The document underscores the importance of accurate part identification in government procurement processes, ensuring suppliers can meet requirements effectively. This interaction reflects typical procedures in federal RFPs, highlighting the emphasis on transparency and the need for precise specifications to facilitate procurement and supply chain operations.
    The document comprises a series of questions and answers related to Solicitation No. FA520924Q0078 for LRS V-MX Replacement Parts at Yokota Air Base, Japan. The main purpose is to clarify queries from potential suppliers regarding discrepancies in part numbers and serial number availability for specific items. Key points include confirmation of the validity of part number PN 5132016 for ISOLATOR, acceptance of both this and an incorrect part number, and the acknowledgment that serial numbers for the requested aerial devices are currently unavailable. A specific clarification regarding model and serial number discrepancies is addressed, verifying the correct model as NEW HOLLAND TS6.110. This document serves to facilitate communication between the government and suppliers, ensuring clarity in procurement processes and compliance with specifications in federal RFPs.
    The document outlines a Q&A session related to Solicitation No. FA520924Q0078 for LRS V-MX Replacement Parts at Yokota Air Base, Japan. It addresses several inquiries from suppliers regarding part numbers, serial numbers, and model discrepancies. Initially, concerns were raised about the part number 876688301, which was confirmed to be valid alongside the original part number 5132016 for an ISOLATOR. For aerial devices under CLINs 0001 and 0002, serial numbers were provided, clarifying that these correspond to vehicle identification numbers. Additionally, a question regarding a model number inconsistency was resolved, confirming that model NEW HOLLAND TS6.110 was correctly represented in the solicitation amendment. This document serves to provide clarity and ensure compliance within the procurement process, reflecting best practices in tendering for federal contracts. It emphasizes the importance of accurate information exchange between the government and suppliers to facilitate effective sourcing of the required replacement parts.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) applying for a contract related to the repair of a V-MX Condor Aerial Lift Truck for the U.S. Air Force, specifically at Yokota Air Base, Japan. It includes details on the required vehicle parts, procurement guidelines, and regulatory compliance pertinent to government contracts. The solicitation emphasizes various categories for potential competition, such as set-asides for small businesses and economically disadvantaged women-owned businesses. Key aspects of the procurement process, including submission deadlines, pricing arrangements, and necessary certifications under federal law are also detailed. Additionally, the document specifies inspection and acceptance protocols, delivery schedules, and invoicing procedures, primarily through the Wide Area Workflow (WAWF) system. The overall purpose of the solicitation is to ensure qualified businesses can effectively participate in providing specified services while adhering to federal acquisition regulations.
    The document serves as an amendment to a federal solicitation, specifically modifying the terms and conditions of solicitation number FA520924Q0078. The amendment extends the deadline for receiving offers and outlines the necessary procedures for bidders to acknowledge the amendment. Offerors are required to confirm receipt by specific methods, as failure to do so may result in the rejection of their offers. Additionally, the amendment replaces an attachment—the "Parts & Price List"—with a revised version carrying the reference "Atch1_Parts&PriceList_A520924Q0078_Amend0001," due to changes in part numbers. The document emphasizes that all other terms of the original solicitation remain unchanged, and it mandates that any modifications to submitted offers must reference the amendment. This thorough communication ensures clarity and alignment among contractors, facilitating compliance with federal procurement processes. The document’s structure includes sections addressing the amendment's purpose, acknowledgment requirements, and details of the modified attachment.
    This amendment modifies a federal solicitation by extending the offer due date from September 12, 2024, to September 17, 2024, and revising the solicitation title. It introduces new Contract Line Item Numbers (CLINs) 0002 and 0003 for the purchase of vehicle parts for specific repairs at Yokota Air Base, Japan. Details on quantities, unit prices, and specifications are outlined for both new CLINs, emphasizing a firm fixed price arrangement. Additionally, the amendment addresses changes in inspection and acceptance locations, delivery information, and updates on relevant contact points for clarification. Importantly, the document underscores the necessity for bidders to acknowledge the amendment to prevent offers from being rejected. Overall, the amendment serves to update the solicitation process while maintaining the original terms intact, reflecting procedural adjustments typical in government contracting practices.
    Similar Opportunities
    Spyder Crane / Mini Crawler
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide two Spyder/Mini Crawler Cranes, with the procurement managed by the 374th Contracting Squadron. The contractor will be responsible for all necessary personnel, management, tools, and transportation for the purchase and delivery of the cranes to Yokota Air Base, Japan, along with required training and certification for personnel on operation and maintenance. This procurement is critical for ensuring equipment readiness and personnel safety in operational settings, emphasizing the importance of advanced safety features and operational training. Interested parties should note that funds are not currently available for this effort, and no quotes will be accepted until the solicitation is officially released; for inquiries, contact Dimitri Pfeifer at dimitri.pfeifer@us.af.mil or 315-225-4138.
    Pierce Vehicle Parts and Supplies
    Active
    Dept Of Defense
    The Department of Defense, through the Commanding Officer of the Department of the Navy, is seeking proposals for a Blanket Purchase Agreement (BPA) to procure vehicle parts for the Marine Corps Installations Pacific (MCIPAC) at MCB Camp Butler in Okinawa and CATC Camp Fuji in Shizuoka, Japan. Contractors are invited to submit pricing for specified vehicle parts, ensuring compliance with the terms outlined in the solicitation, including the provision of original equipment manufacturer (OEM) parts and competitive pricing. This procurement is critical for maintaining the operational readiness of military vehicles, particularly those used in emergency response and transport operations. Interested vendors must ensure their registration in the System for Award Management (SAM) and submit their proposals, including warranty terms, by the specified deadlines to Minako Kinjo at minako.kinjo.ja@usmc.mil, with an estimated contract value of $500,000 over a five-year period from May 2024 to April 2029.
    FY25 Sidetrack Roadbed Maintenance at Yokota Air Base
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Sidetrack Roadbed Maintenance at Yokota Air Base in Japan. The contractor will be responsible for providing all necessary personnel, tools, and materials to ensure the maintenance and operational reliability of Sidetrack No. 328, including tasks such as repairs, cleaning, weeding, and emergency repairs, in compliance with Japan Freight Railway Company regulations. This contract is crucial for maintaining the infrastructure necessary for military operations, with a performance period from October 1, 2024, to September 30, 2025. Interested contractors must submit their offers in yen and are encouraged to attend a pre-proposal site visit on September 9, 2024, while ensuring their registration in the System for Award Management (SAM). For further inquiries, contact Mr. Go Ishikawa at go.ishikawa.jp@us.af.mil or Mr. Takahiro Tsukada at takahiro.tsukada.jp@us.af.mil.
    ANNUAL INSPECTION OF HOISTS AND HYDRAULIC LIFTS FOR YOKOTA AB AND TAMA ANNEX
    Active
    Dept Of Defense
    The Department of Defense, specifically the 374th Contracting Squadron, is seeking qualified contractors for the annual inspection of hoists and hydraulic lifts at Yokota Air Base and Tama Annex in Japan. The contractor will be responsible for providing all necessary supervision, equipment, and materials to conduct inspections in compliance with Japanese Environmental Governing Standards and local regulations, ensuring the safety and operational integrity of the equipment. This contract is crucial for maintaining the functionality of lifting equipment at military installations and is anticipated to span a twelve-month base period with four optional years, totaling five years. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to participate in a mandatory site visit on September 26, 2024, with inquiries directed to Junko Maeda at junko.maeda.jp@us.af.mil or Stephanie M. Torres at stephanie.torres.11@us.af.mil.
    DELIVERY, RENTAL AND OPERATOR SERVICES FOR BASE SUPPORT VEHICLES AND EQUIPMENT (BSVE) IN THE U.S. COMMANDER FLEET ACTIVITIES YOKOSUKA (CFAY), JAPAN BY 100% NON-RECURRING WORK ITEMS CONTRACT (U.S.NAVAL INSTALLATIONS IN KANTO PLAIN).
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, Far East (NAVFAC FE), is seeking bids for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Delivery, Rental, and Operator Services for Base Support Vehicles and Equipment (BSVE) at the U.S. Commander Fleet Activities Yokosuka (CFAY) in Japan. The contract will cover a five-year period and requires the contractor to provide all necessary labor, supervision, and materials, with a minimum guarantee of 2,800,000 JPY for the first year. These services are critical for maintaining operational efficiency and logistics support for U.S. Naval operations in the Kanto Plain area. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to Ryouhei Shindo at Ryouhei.Shindo.LN@us.navy.mil or by phone at 315-243-7513.
    C-130 Maintenance & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for C-130 Maintenance & Repair Services under solicitation number N6264924R0029. The procurement aims to secure comprehensive maintenance services for KC-130J aircraft, including both scheduled and unscheduled maintenance, technical directives, and full supply support, with a maximum contract value of $374,293,250. This contract is critical for ensuring the operational readiness and safety of the KC-130J fleet, which plays a vital role in military logistics and support operations. Interested contractors must submit their proposals electronically by 1600 JST on November 13, 2024, and can direct inquiries to Sara Robinson or Jonathan Groeschel via their provided email addresses.
    100 LRS Truck Retriever
    Active
    Dept Of Defense
    The Department of Defense, specifically the 100th Logistics Readiness Squadron (100 LRS), is seeking quotes for the procurement of one Truck Retriever to be delivered to RAF Mildenhall, United Kingdom. The vehicle is required to efficiently recover stricken vehicles, thereby enhancing operational readiness and minimizing reliance on local contractors. This procurement is critical for maintaining high safety and operational standards in military logistics, particularly on the narrower roadways of the UK. Interested vendors should note that the submission deadline for quotes has been extended to September 23, 2024, at 14:00 GMT, and must acknowledge the receipt of the amendment to avoid rejection. For further inquiries, vendors can contact Jordan Goode at jordan.goode.1.gb@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil.
    BRAND NAME OEM HYSTER YALE - FORK TRUCK REPAIR PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of brand-name OEM HYSTER YALE fork truck repair parts in support of the Military Sealift Command. This opportunity is a sole source requirement, emphasizing the need for specific items as outlined in the solicitation, with a firm, fixed-price contract to be awarded. The repair parts are crucial for maintaining operational efficiency within military logistics, ensuring that equipment remains functional and reliable. Interested small businesses, particularly those that are service-disabled veteran-owned or women-owned, must submit their proposals by September 20, 2024, at 11:59 PM (PST), and can direct inquiries to Crista Carrier at crista.m.carrier2.civ@us.navy.mil.
    Portable Navaid Receiver Purchase
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the purchase of two Portable Navaid Receivers (PNR) Model 7020, essential for the calibration and testing of the Ground Radar Navigation Instrument Landing System at Yokota Air Base in Japan. This procurement is critical for maintaining safe and efficient air traffic operations, as the specialized equipment provided by Thales is the only source capable of meeting the Air Force's stringent operational requirements. The anticipated award date for this contract is September 26, 2024, and interested parties who believe they can fulfill these requirements are encouraged to submit their capabilities and relevant company information to the primary contacts, Benjamin Warren and Austin Meadows, via the provided email addresses.
    FY25 Sidetrack Inspection and Electrical System Maintenance at U.S. Government sidetrack No. 328, Yokota Air Base
    Active
    Dept Of Defense
    The Department of Defense is soliciting proposals for the FY25 Sidetrack Inspection and Electrical System Maintenance at U.S. Government Sidetrack No. 328, located at Yokota Air Base in Japan. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to conduct comprehensive inspections and maintain the electrical systems, ensuring compliance with Japan Freight Railway Company regulations. This contract is crucial for maintaining operational integrity and safety of the rail transportation systems at the base, with a performance period from October 1, 2024, to September 30, 2025. Interested contractors must be licensed to operate in Japan and are encouraged to contact Go Ishikawa at go.ishikawa.jp@us.af.mil or Takahiro Tsukada at takahiro.tsukada.jp@us.af.mil for further details regarding the solicitation and requirements.