EISU-90 WORKSTATION
ID: FA446025Q0311Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

SPECIALIZED SHIPPING AND STORAGE CONTAINERS (8145)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a 4-way forkliftable Expandable Internal Slingable Unit (EISU) Workstation, designated as EISU-90, to be utilized at Little Rock Air Force Base in Arkansas. This workstation must meet specific design requirements for internal air transport and helicopter sling lift, featuring dimensions of 88"W x 108"L x 91.47"H when stowed, and include integral components such as cabinets, a workbench, an air compressor, and a vice, all aimed at enhancing operational readiness in field conditions. The procurement emphasizes the importance of versatile and mobile workspace solutions for military operations, with the contract evaluation based on the "Lowest Priced, Technically Acceptable" criteria, ensuring that both price and technical capability are considered. Interested vendors should contact Emmanuel Okindo at emmanuel.okindo.1@us.af.mil or 501-987-8113 for further details regarding the submission process and requirements.

    Files
    Title
    Posted
    This document is an addendum to the Instructions to Offerors for federal solicitations, focusing on the submission process for offers related to commercial products and services. It outlines that contracts will be awarded based on the most advantageous offers, taking price and other factors into account. Offerors must comply with all solicitation requirements and submit their proposals on time to the specified office. The offers must include essential elements like the solicitation number, offeror details, technical descriptions, pricing breakdown, acknowledgments of amendments, past performance information, and required representations. The offerors must hold their proposed prices firm for a minimum of 30 days or as otherwise specified. Failure to meet the requirements may result in rejection. This document serves as guidance for potential vendors participating in federal RFP processes, emphasizing the importance of adherence to submission guidelines and necessary documentation for consideration.
    This document is an addendum to the Instructions to Offerors for federal solicitations, focusing on the submission process for offers related to commercial products and services. It outlines that contracts will be awarded based on the most advantageous offers, taking price and other factors into account. Offerors must comply with all solicitation requirements and submit their proposals on time to the specified office. The offers must include essential elements like the solicitation number, offeror details, technical descriptions, pricing breakdown, acknowledgments of amendments, past performance information, and required representations. The offerors must hold their proposed prices firm for a minimum of 30 days or as otherwise specified. Failure to meet the requirements may result in rejection. This document serves as guidance for potential vendors participating in federal RFP processes, emphasizing the importance of adherence to submission guidelines and necessary documentation for consideration.
    This document outlines the evaluation criteria and process for government contracts related to commercial products and services. The Government will award contracts based on the best value, prioritizing price and technical capability. Offers are ranked by price firstly, with a total evaluated price calculated from contract line items. Technical evaluations categorize submissions as "Acceptable" or "Unacceptable" based on compliance with specifications. A minimum of three acceptable offers is needed for the evaluation to continue; otherwise, all offers will be considered. The final award is given to the "Lowest Priced, Technically Acceptable" offer, indicating the Government's criteria for best value procurement. Communication with offerors may occur to address issues, and funds availability influences awards. A written acceptance creates a binding contract. The document serves as a guideline for responding to Requests for Proposals (RFPs) in federal and state contexts, ensuring that proposals align with established terms and priorities for government contracting.
    This document outlines the evaluation criteria and process for government contracts related to commercial products and services. The Government will award contracts based on the best value, prioritizing price and technical capability. Offers are ranked by price firstly, with a total evaluated price calculated from contract line items. Technical evaluations categorize submissions as "Acceptable" or "Unacceptable" based on compliance with specifications. A minimum of three acceptable offers is needed for the evaluation to continue; otherwise, all offers will be considered. The final award is given to the "Lowest Priced, Technically Acceptable" offer, indicating the Government's criteria for best value procurement. Communication with offerors may occur to address issues, and funds availability influences awards. A written acceptance creates a binding contract. The document serves as a guideline for responding to Requests for Proposals (RFPs) in federal and state contexts, ensuring that proposals align with established terms and priorities for government contracting.
    The provided file is a protected PDF that cannot be accessed or viewed with the current reader due to compatibility issues. Additionally, it appears that the document contains federal government RFPs (Requests for Proposals), grants, and state/local RFPs, suggesting a focus on funding opportunities and solicitations within government sectors. A key purpose of such documents typically includes outlining specific needs that the government aims to fulfill through the procurement process, whether for services, goods, or projects. As an expert analyst, the emphasis would be on crafting comprehensive proposals that meet government criteria and support broader socioeconomic goals. However, without access to the actual content of the file, further details regarding its key topics, ideas, and structure cannot be provided.
    The document seems to be inaccessible and does not contain relevant content to summarize. It primarily describes an error message regarding the inability of the PDF viewer to display document contents. As a result, there are no main topics, key ideas, or supporting details available for analysis or summarization. Therefore, I cannot provide a meaningful summary of the document related to federal government RFPs, grants, or state/local RFPs. If the document can be provided in another format or is accessible in its full capacity, I would be able to produce an appropriate summary.
    The document appears to be an unsuccessful attempt to access the contents of a government file related to RFPs, grants, and local proposals. It primarily consists of a message indicating that the PDF viewer is unable to display the document's content and provides guidance on upgrading to the latest version of Adobe Reader. It mentions compatibility issues with various operating systems such as Windows, Mac, and Linux, and offers links for further assistance with Adobe Reader. The overall purpose is to inform users of the technical requirements necessary to view the document, without presenting any substantive information related to federal government RFPs or grants. As such, there are no key ideas or supporting details to summarize, as the document lacks accessible content.
    The document outlines a Request for Proposal (RFP) for the procurement of an EISU Workshop Unit, designated for military expeditions and maintenance tasks in the field. The EISU Workshop, manufactured as part number 56240-733, must meet specific requirements including being forkliftable, compatible with air transport, and equipped for electrical connectivity. Key features include a suite of work and storage equipment, such as cabinets, an air compressor, and extensive electrical setups to support maintenance personnel in performing repairs. The container's dimensions are 88" W x 108" L x 91.47" H when stowed, with additional internal dimensions for expanded space. The procurement aims to equip operational teams with essential facilities to ensure effective equipment maintenance and repair in remote settings, demonstrating a commitment to enhancing military readiness and operational capability. Overall, this RFP serves as a critical resource for vendors to submit proposals that align with these operational needs.
    The document outlines a Request for Proposal (RFP) from the 19 MXS for quotations on two EISU 90 Workshop Units, designated for expedient field operations. The units must be four-way forkliftable and equipped with two electrical shore-power hook-ups, along with a 4-gang 120V receptacle for enhanced functionality. These workshop containers feature an array of tools and storage, including a workbench, cabinets, air compressor, and several air fittings, ensuring maintenance personnel have the necessary facilities for repairs in the field. The EISU Workshop's specifications include dimensions of 88" W x 108" L x 91.47" H when stowed, a weight of 4,600 lbs, and a range of additional features such as generator capabilities and various types of lighting. The design supports missions requiring internal air transport and comes with an integral pallet base for easy loading into aircraft. This RFP emphasizes the importance of versatile, mobile workspace solutions for military and expeditionary operations, aimed at enhancing operational readiness and maintenance capabilities in challenging environments.
    Lifecycle
    Title
    Type
    EISU-90 WORKSTATION
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    HOISTING UNIT,AIRCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of eight aircrane hoisting units. These units are critical for aircraft ground servicing and are categorized under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement emphasizes the importance of quality assurance and compliance with various regulations, including the Buy American Act and the Equal Opportunity for Workers with Disabilities. Interested vendors should direct inquiries to Sara M. Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil, with proposals expected to adhere to the specified guidelines and deadlines outlined in the solicitation documents.
    59--WORK STATION KIT,EL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 47 units of the Work Station Kit, Electrical (NSN 5920012504235). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for the specified items, which are critical components in electrical and electronic equipment manufacturing. The contract will have a term of one year or until the total orders reach $350,000, with a guaranteed minimum quantity of 7 units and an estimated 9 orders per year, to be delivered to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    C-17 BLOS MOD Interior Work Stands Scaffolding Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide eight sets of C-17 Beyond Line of Sight Modified (BLOS MOD) Interior Work Stands/Scaffolding for the 402d Aircraft Maintenance Group at Robins Air Force Base in Georgia. The procurement is focused solely on the purchase of scaffolding equipment, explicitly excluding rental or erection/dismantling services, with delivery required within four weeks of contract award. This scaffolding is critical for maintenance operations on C-17 aircraft, ensuring safety and efficiency during servicing. Interested parties should contact Margaret Gaskill or Jeff Pruitt via email for further details, with the solicitation set aside for small businesses under NAICS code 238990.
    25--CAB,TRUCK LIFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.
    Paratech Airbags
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Paratech Airbags, including a Model 140 133.5 Ton-8 Lift Bag Set and a Master Control Kit G2, for use at Eielson Air Force Base in Alaska. This procurement is justified as a single-source acquisition due to the specialized nature of the safety and rescue equipment required for military operations. The selected products are critical for ensuring effective rescue and safety operations, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Tara Richmond at tara.richmond@us.af.mil or Justin Williams at justin.williams.18@us.af.mil for further details regarding this opportunity.
    61--MISSION CREW WORKST, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of mission crew workstations, identified by NSN 7R-6130-015855292-P8, with a quantity of 89 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, meaning that only approved sources with the requisite design capability and manufacturing knowledge will be considered for the contract. Interested parties must submit detailed information regarding their qualifications and experience, as well as comply with the Source Approval Information Brochures provided by NAVSUP WSS, to be eligible for consideration. Proposals must be submitted within 45 days of this notice, and any inquiries can be directed to Natalie Toroni at (215) 697-2782 or via email at NATALIE.TORONI.CIV@US.NAVY.MIL.
    W58RGZ-26-Q-0001 Solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the W58RGZ-26-Q-0001 contract, which is set aside for small businesses under the SBA guidelines. This procurement focuses on acquiring airframe structural components, categorized under the NAICS code 336413, which pertains to the manufacturing of other aircraft parts and auxiliary equipment. The goods and services sought are critical for maintaining and enhancing the operational capabilities of military aircraft. Interested vendors can reach out to Aysia Young at ayisia.l.young.civ@army.mil or call 520-851-9942, or contact Edward A. Peterson at edward.a.peterson4.civ@army.mil or 256-313-8529 for further details. The solicitation document contains additional information necessary for proposal submission.
    SKI ASSEMBLY, LANDIN
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of 31 units of the SKI ASSEMBLY, LANDIN, specifically for the CH-47 Chinook System, under solicitation number SPRRA1-26-R-0012. This firm-fixed-price, one-time buy is limited to The Boeing Company and AIRGLAS, INC., or their approved distributors, with staggered delivery scheduled between September and November 2026 to DLA Distribution Depot Oklahoma. The procurement emphasizes compliance with various standards, including DO DPAS rated orders, IUID markings, and specific packaging requirements, while also necessitating a cost breakdown and adherence to strict proposal submission timelines. Interested parties can contact Erica Allen at ERICA.ALLEN@DLA.MIL or by phone at 256-690-5712 for further details.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.