Kenworth T370 Dump truck
ID: 2025T370RepairType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5004 354 CONS PKEIELSON AFB, AK, 99702-2200, USA

NAICS

Specialized Automotive Repair (811114)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair of a Kenworth T370 dump truck located at Eielson Air Force Base in Alaska. The procurement involves comprehensive repair services, including the replacement of the damaged cab, chassis components, and the straightening of the dump bed, with a focus on ensuring functionality and quality that meets OEM standards. This opportunity is critical for maintaining operational readiness and safety of the vehicle fleet. Interested vendors are encouraged to review the attached Performance Work Statement (PWS) and provide their company information, including contact details and CAGE/UEI codes, to John Fertulus at john.fertulus@us.af.mil by the specified deadline.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a non-personnel service contract focused on the repair of a 2019 Kenworth T370 Dump Truck. The contractor is tasked with replacing the cab, various damaged chassis components, and straightening the dump bed. Key repair services include ensuring the functionality of driver-activated switches, validating the dump bed operations, and checking fluid levels post-repair. The contractor must supply all necessary parts for the repairs, detailed in an extensive parts list with part numbers, quantities, and descriptions. Additional contractor responsibilities encompass coordinating vehicle drop-off and pick-up locations with the government, covering all costs, and rectifying any deficiencies identified during quality assurance inspections. The contractor's location for service execution also needs to be communicated to the government. This document serves to establish clear expectations and responsibilities for the vehicle repair contract.
    Lifecycle
    Title
    Type
    Kenworth T370 Dump truck
    Currently viewing
    Sources Sought
    Similar Opportunities
    J023--Automotive Truck Repair CMOP Hines (EPS)-765 (765-26-1-715-0003) / (VA-26-00009705)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the repair of a 2008 Ford F-350 truck, specifically addressing a non-functioning air conditioning unit, through its National CMOP Office in Hines, Illinois. Vendors must be certified Ford repair centers, registered with local and state authorities, possess ASE certification, and maintain an active SAM.gov profile in good standing. The repairs are to be conducted within a 30-mile radius of the EPS worksite and completed within 7 days of contract signing, with all costs, including parts and labor, determined at the time of award. Interested vendors must submit their proposals by December 17, 2025, at 2 PM CST, and can direct inquiries to Contracting Specialist Wade Cunningham at wade.cunningham@va.gov or by phone at 913-946-1981.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    16--CHASSIS,CONTROL PAN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of two units of the Chassis, Control Pan (NSN: 1680 016907317). The procurement requires contractors to adhere to strict quality control measures and repair procedures, ensuring that all items are restored to a Ready for Issue (RFI) condition within a required turnaround time of 30 days after receipt. This equipment is critical for operational readiness in military applications, emphasizing the importance of timely and compliant repairs. Interested contractors should contact Tara Kupperstein at 215-697-3608 or via email at tara.b.kupperstein.civ@us.navy.mil for further details, with the expectation that all contractual documents will be issued electronically upon acceptance of proposals.
    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.
    Engine change systems
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide two KC-46 engine change systems for the KC-46 Campus in S Coffeyville, Oklahoma. The systems must be capable of simultaneously raising and lowering two Pratt and Whitney PW4062 engines and must meet specific technical requirements, including a 110-inch lift stroke, a lift capacity of 36,000 lbs, and compliance with on-base regulations regarding safety and environmental protection. The selected contractor will be responsible for the delivery, setup, proof of operational capabilities, and training for maintenance personnel, with inquiries directed to Alaina Hill at alaina.hill@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    F-5 Parts Repair and Return
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis for F-5 Parts Repair and Return services, aimed at identifying potential sources for this acquisition strategy. The procurement involves the repair and return of critical components such as Rotary Electro-Mechanical Actuators and Power Supplies, with a focus on addressing specific malfunctions and ensuring compliance with technical standards for Foreign Military Sales (FMS) customers. Interested parties are encouraged to submit their capabilities and relevant company information by January 30, 2026, to Danielle Stiff at danielle.stiff.1@us.af.mil or Mark Parker at mark.parker.12@us.af.mil, as this effort is part of market research to assess competition and small business participation in the upcoming contract.