Equipment Load Testing BPA at Dover AFB
ID: FA449725Q0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to establish a Blanket Purchase Agreement (BPA) for Equipment Load Testing at Dover Air Force Base (AFB). The contractor will be responsible for the transportation of equipment, conducting annual load tests, and providing necessary certifications within specified timeframes, ensuring compliance with all contract specifications and federal regulations. This procurement is crucial for maintaining the operational integrity and safety of aircraft components, reflecting the government's commitment to supporting small businesses, particularly Women-Owned Small Businesses (WOSB). Interested parties must submit their offers by April 22, 2025, and can direct inquiries to Dean Mohrmann at dean.mohrmann.1@us.af.mil or 302-677-5227.

    Files
    Title
    Posted
    The document is a listing of various government Request for Proposals (RFPs) and grants pertaining to specialized lifting and hoisting equipment needed for different aircraft. It catalogs numerous items, including fan cowling slings, APU hoist slings, hoists, chain kits, and lifting beams, outlining their respective due dates for proposals and varying price points. The items are crucial for improving aircraft maintenance processes, enhancing operational efficiency, and ensuring safety protocols during repairs. The equipment is specified for various aircraft models, indicating the targeted audience for potential suppliers. Each entry includes a unique barcode ID and a due date, suggesting the items may be subject to competitive bidding processes among manufacturers. Timelines range between 2025 and 2026, highlighting the urgency and planning required for aviation maintenance projects. Overall, this document serves as a strategic resource for suppliers and contractors, facilitating procurement efforts that meet the operational needs of government aviation programs. Its structured format allows for straightforward navigation and comparison of supplies necessary for maintaining aviation assets.
    The document outlines the BPA Terms and Conditions related to a Blanket Purchase Agreement for the transportation of remains, effective from April 1, 2025, to March 31, 2030. This BPA allows the Government to authorize purchases through designated representatives, with individual purchase calls limited to $25,000. The contractor is required to submit a summary invoice monthly or at the BPA's expiration, detailing all deliveries made. The contractor must provide price lists, including any changes or new items, allowing a 14-day grace period for updates. Both the Government and the contractor hold the right to terminate the BPA with a 10-day written notice. Overall, the document aims to establish a structured agreement for services, ensuring compliance with established terms and conditions.
    The document addresses vendor inquiries related to the Equipment Load Testing BPA solicitation (FA449725Q0019) at Dover Air Force Base (AFB). It provides clarifications on eight key questions regarding the solicitation process, including the provision of technical data, on-site testing and inspections, and equipment transportation. The contracting officer, Dean R. Mohrmann, stated that specific technical drawings and capacity details for equipment would be shared during the call order issuance, rather than beforehand, to manage the volume of equipment involved. The BPA primarily focuses on load testing services rather than purchasing replacement parts, and vendors are instructed to use provided barcode IDs for referencing items. Insurance requirements for vehicle access are specified as standard, with no additional coverage needed for load testing services. The document concludes with a reminder that all submissions are due by April 22, 2025. Overall, the communication aims to streamline vendor understanding of requirements and assure compliance with military contracting processes while addressing potential operational queries.
    The document outlines a government solicitation for a Women-Owned Small Business (WOSB) contract concerning commercial products and services, specifically for annual load testing of equipment at Dover Air Force Base (AFB). The selected contractor must transport equipment and provide all necessary labor and materials for testing, ensuring compliance with contract specifications. Key responsibilities include timely delivery of certification within ten days of testing, maintaining equipment integrity with prior owner approval for any changes, and quick response to certificate correction requests. The procurement process involves submitting offers by a given deadline with specific requirements highlighted, such as pricing, product codes, and evaluation of offered services. Contractors must adhere to several federal regulations and clauses outlined in the solicitation, which address business ethics, payment methods, and environmental considerations. Additionally, assurance of compliance with health and safety standards during operations on government installations is mandated. The main objective of this solicitation is to engage a capable contractor who can deliver the specified services while supporting WOSB participation in federal contracting, reflecting the government's commitment to fostering economic opportunities for women-owned businesses. This procurement also emphasizes the significance of strategic compliance within governmental contracting processes.
    The Statement of Work (SOW) outlines a Blanket Purchase Agreement (BPA) for a five-year contract for annual load testing of 190 pieces of equipment at Dover Air Force Base. The contractor is tasked with transporting equipment, performing load tests, and providing necessary certifications within specified timeframes. The SOW outlines provisions for both scheduled and unscheduled load testing, detailing procedures for newly assigned equipment and breakdowns during testing. Contractors must also ensure compliance with security protocols, including personal identification badges, and must adhere to records management and waste disposal regulations. Emphasis is placed on the responsibilities for hazardous waste disposal and operational security (OPSEC) measures. Additionally, the contractor is required to report labor hours and manage solid and hazardous waste generated during operations in accordance with federal regulations, ensuring a focus on safety and regulatory compliance. This SOW encapsulates necessary operational guidelines and compliance requirements for maintaining equipment test standards within Air Force operations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    Testing and Inspection Physical Ppty
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.
    Maintenance and Repair Specialized Equipment
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Aircraft Landing Equipment
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Aircraft Landing Equipment. This procurement aims to streamline the acquisition of commercial items related to Aircraft Launch and Recovery Equipment (ALRE) and other support equipment essential for naval operations. The BPA will facilitate the government’s operational needs through a simplified acquisition process, allowing for multiple awards to qualified vendors over a five-year period, with individual call limits not exceeding $250,000. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    NSN 6150-01-494-0884 - LOAD BANK, ELECTRICA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 16 Load Bank Electricas, identified by NSN 6150-01-494-0884, under a presolicitation notice. This indefinite quantity contract is set aside for total small businesses and is intended for use on Nimitz Class aircraft carriers, highlighting the critical role of these components in military operations. The contract will have a five-year base period with delivery expected within 292 days after receipt of order, and proposals must be submitted in a completed solicitation package, as electronic offers are not acceptable. Interested vendors can access the solicitation on or about January 16, 2026, via the DIBBS website, and should direct inquiries to Brenda Spell at brenda.spell@dla.mil or by phone at 804-664-6101.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    Base Telecommunications Services, Dover AFB
    Dept Of Defense
    The Department of Defense, specifically the 436th Contracting Squadron at Dover Air Force Base, is seeking small business contractors to provide comprehensive telecommunications services. The contractor will be responsible for ensuring the availability and maintenance of the Base Telecommunications System (BTS), which includes managing an Avaya LSC, IX Voicemail, Sonus Session Border Controllers, and both outside and inside plant systems, with a requirement for 24/7 operational support. This opportunity is critical for maintaining effective communication capabilities essential to the mission of the 436 Communication Squadron. Interested parties should contact Justin Bordalo at justin.bordalo@us.af.mil or Angela Nartowicz at angela.nartowicz.1@us.af.mil for further details, and are encouraged to review the attached Performance Work Statement for specific requirements and responsibilities.