432 SFS Breacher Tool
ID: F3G3JE5210AG01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

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

    The Department of Defense, specifically the 432 Security Forces Squadron at Creech Air Force Base in Nevada, is seeking proposals for the procurement of Rapid Assault Tools Electro-Hydraulic Breaching Kits Gen4. This procurement aims to enhance emergency response capabilities for accessing Sensitive Compartmented Information Facilities (SCIFs) and other fortified structures, requiring contractors to provide complete breaching kits that meet Department of Defense standards, including necessary tools, accessories, and training. The contract will be a Firm Fixed Price (FFP) type, with a delivery timeline of 90 days after receipt of order, and proposals are due by August 18, 2025, with submissions directed to designated Air Force personnel. Interested parties should contact TSgt Kaitlin C Hassman or SSgt Jeffrey Perkins for further details, noting that funding is not currently available for this effort, and the government reserves the right to cancel the solicitation at any time.

    Point(s) of Contact
    Files
    Title
    Posted
    The 432 Security Forces Squadron at Creech Air Force Base, NV is seeking to procure Rapid Assault Tools Electro-Hydraulic Breaching Kits Gen4 to improve their emergency response capabilities for accessing SCIFs and other fortified structures. The contractor is responsible for providing complete breaching kits that conform to Department of Defense standards, including all necessary components, accessories, and user manuals. Key specifications encompass various tools, including two Long Stroke Hydraulic Door Pushers and Hydraulic Hinge Pullers, along with freestanding SCIF training doors. Additionally, custom Pelican cases are required for tool storage, and a Gen 4 pump must be included along with accessories. The proposal includes an 8-hour training course on SCIF tools and door breaches, to be conducted at Creech AFB. This procurement emphasizes the need for specialized equipment and training to ensure rapid and effective entry in critical situations, thus underscoring the federal focus on operational efficiency and preparedness in military bases.
    This document is a combined synopsis/solicitation for commercial products or services, following the guidelines of the Federal Acquisition Regulation (FAR). It represents a request for proposals (RFP) to be published on GSA.gov, with submissions directed to designated Air Force personnel. The RFQ is aimed at small businesses under the North American Industry Classification System (NAICS) code 332999, with a maximum size standard of 750 employees. The contract type will be Firm Fixed Price (FFP), and items required for acquisition are detailed in Attachment 1 of the notice. Key details include a delivery timeline of 90 days after receipt of order (ARO) to Creech Air Force Base in Nevada, with inspection and acceptance at the destination. Proposals must be registered in the System for Award Management (SAM) to be considered, and the due date for electronic submissions is set for August 18, 2025. Evaluation criteria will prioritize the lowest-priced, technically acceptable quotes, with requirements for complete submissions to be eligible for consideration. FAR and Defense FAR Supplement provisions govern the terms, and various clauses affecting compliance and reporting are outlined. This procurement emphasizes ensuring small business participation and compliance with federal regulations.
    Lifecycle
    Title
    Type
    432 SFS Breacher Tool
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Paratech Airbags
    Buyer not available
    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.
    DOOR,BREECH ASSEMBL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Breech Door Assemblies, which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and inspection standards due to the high stakes involved, as the use of defective materials could lead to severe consequences, including personnel injury or loss of life. This procurement is classified as a total small business set-aside, emphasizing the importance of compliance with various specifications and certifications outlined in the solicitation. Interested vendors can reach out to Jordan D. Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further details, with the expectation that all submissions will be made in accordance with the outlined deadlines and requirements.
    B-2 TLX Kits, FA821322R3003
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    F-100 Case, Compressor, Air
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Savit D1-EOD Kit
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the procurement of the Savit D1-EOD Kit, which consists of 19 distinct parts essential for explosive ordnance disposal operations. The procurement is structured as a Request for Quotation (RFQ) and requires the delivery of specific components manufactured by Savit Corp, including items such as the 'Thumb Plate' and 'Universal Controller Case,' with quantities ranging from 20 to 55 units for each part. This equipment is critical for ensuring the safety and effectiveness of military operations involving ordnance disposal, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotations by December 12, 2025, with an anticipated award date of January 15, 2026; for further inquiries, contact Ashlee Wesley at ashlee.wesley@navy.mil or 540-742-8849.
    AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC) Armament Directorate, is soliciting innovative commercial solutions via the Rapid Response (ADRR) Commercial Solutions Opening (CSO) for future requirements related to weapon technologies and system concepts. This CSO aims to facilitate the rapid development and characterization of novel capabilities, supporting various lifecycle phases from concept to sustainment, and may lead to FAR Part 12 contracts or Other Transactions. The opportunity is open until June 4, 2026, with specific requirements and submission deadlines communicated through periodic "spirals." Interested parties can reach out to primary contact Sara Riley at sara.riley@us.af.mil or secondary contact Jill Harms at jill.harms.1@us.af.mil for further information. Please note that no funding is currently available, and unsolicited proposals will not be accepted.
    ICBM - Door, Launcher, Personnel Access
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for the procurement of a Door, Launcher, Personnel Access, identified by NSN 1440-01-541-3667 and P/N 3037-1050-94. The primary objective of this notice is to gather market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information for small businesses. This procurement is critical for maintaining the operational readiness of guided missile systems, with an estimated quantity of 15 units required by January 4, 2027. Interested parties are encouraged to submit capability statements or proposals to Travis Bodily at travis.bodily@us.af.mil, as the government does not intend to contract based on this request nor pay for any information solicited.