PKB Ariel Cargo Delivery Systems and Training SOCCENT
ID: FA481424TF100Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

PSC

PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT (1670)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting quotations for a low-cost, low-altitude aerial cargo delivery system and a precision-guided aerial cargo delivery system to enhance humanitarian assistance operations in contested environments. The procurement includes six distinct Contract Line Item Numbers (CLINs) that specify various reusable and autonomous delivery systems, along with necessary training for personnel to operate and maintain these systems effectively. This initiative aims to bolster the operational capabilities of SOCCENT while ensuring effective training for partner nations within the Central Command Area of Responsibility (AOR). Interested vendors must submit their quotes by September 9, 2024, and can direct inquiries to Faith Zerber at faith.zerber@us.af.mil or Ramon Jimenez at ramon.jimenez.7@us.af.mil.

    Files
    Title
    Posted
    The SOCCENT J37 has issued a request for proposals (RFP) for the procurement of a low-cost, low-altitude aerial cargo delivery system and precision-guided delivery systems aimed at enhancing humanitarian assistance operations in contested environments. The requirement includes six distinct Contract Line Item Numbers (CLINs), each detailing different systems with specific functional and performance characteristics. CLIN 0001 and 0002 focus on reusable cargo delivery systems with capacities of 250-750 lbs and 1,000-3,200 lbs, respectively, designed for humanitarian and military supply drops. CLIN 0003 and 0004 cover autonomous precision-guided delivery systems, which can operate under HALO/HAHO conditions, with capacities up to 4,500 lbs, emphasizing remote operation and high-altitude deployment. Additional CLINs specify a navigation system, handheld controller assembly, and mission-planning laptop to support the autonomous systems, along with training for personnel on the operation and maintenance of these delivery systems. The overall goal is to enhance the operational capabilities of SOCCENT while ensuring effective training for partner nations in the Central Command Area of Responsibility (AOR).
    The document outlines the clauses and regulations associated with the government request for proposals (RFPs) and grants, focusing on compliance requirements for contractors. It includes a list of incorporated clauses relating to various practices, such as compensation for former Department of Defense (DoD) officials, whistleblower rights, and compliance regarding sensitive telecommunications equipment. Key clauses highlight restrictions against contracting with entities involved in activities with the Maduro regime and other global procurement regulations. Additionally, the document provides details on unique item identification for contracts, particularly pertaining to military supplies. It mandates that items valued over $5,000 must be uniquely identified for traceability, fostering accountability in government procurement processes. The purpose of this document is to ensure adherence to federal standards for contracting, addressing issues such as payment procedures, eligibility criteria for small businesses, and environmental compliance. It serves as a comprehensive guide for potential contractors to understand their obligations under federal law and promote integrity within government acquisitions. By providing detailed regulations, it emphasizes the importance of compliance in delivering goods and services to federal entities, ensuring transparent and responsible contracting practices.
    The document outlines a federal solicitation (FA481424TF100) with incorporated clauses relevant to government contracting. It lists numerous clauses that dictate employee rights, procurement restrictions, electronic submission of payments, and item identification procedures. Key details include requirements for transparency regarding business operations with certain regimes, such as Venezuela's Maduro, and the prohibition of telecommunications equipment sourced from defined regions, including the Xinjiang Uyghur Autonomous Region. Additional stipulations address the use of unique identification for delivered items, ensuring traceability, and adherence to federal compliance standards. The document serves as a crucial reference for contractors bidding on federal projects, detailing the regulatory landscape and compliance expectations for successful contract management and execution. Emphasis is placed on various certifications, payment procedures, and business integrity requirements as part of the broader effort to maintain ethical contractual relationships within government procurement processes.
    The Department of the Air Force has issued a Request for Quotation (RFQ) FA481424TF100 for small businesses to provide a low-cost aerial cargo delivery system and equipment training for Special Operations Command Central (SOCCENT). This solicitation emphasizes acquiring specific parachute systems and related equipment from Airborne Systems or equal alternatives, aimed at enhancing capabilities in humanitarian assistance operations in contested environments. The RFQ is subject to Federal Acquisition Regulations and requires vendors to provide detailed company information, pricing, and compliance with specified technical standards. Quotes are due by September 3, 2024, with evaluations based on Lowest Price Technically Acceptable criteria. The document includes provisions regarding potential vendor disputes and directs inquiries to specific government contacts, ensuring a structured procurement process centered on efficient resource acquisition for air refueling operations.
    The Department of the Air Force is soliciting quotations for a low-cost-low-altitude aerial cargo delivery system and a precision-guided aerial cargo delivery system to support humanitarian assistance operations in restricted environments. The RFQ number FA481424TF100 references the necessary specifications, which include various parachute systems and training items from Airborne Systems. Vendors may submit "brand name or equal" products but must provide detailed information for any alternatives offered. The quotes will be evaluated based on technical compliance and price, with a lowest price technically acceptable (LPTA) approach guiding the contract award. The RFQ is due on September 9, 2024, with specific submission and inquiry deadlines. Vendors must comply with Federal Acquisition Regulations (FAR), and the document outlines necessary provisions, clauses, and contact details for concerns. This solicitation highlights the Air Force's aim to enhance capabilities for supporting partner nations within the CENTCOM Area of Responsibility (AOR).
    The document addresses vendor inquiries regarding a federal government contract identified as FA481424TF100. The key question posed by a vendor seeks clarification on whether the contract is new or if there was an incumbent already providing the services. The response confirms that this contract is indeed brand new. This indicates that the government is seeking a new contractor to fulfill the requirements outlined in the RFP, without reliance on previous service providers. This clarity is crucial for potential vendors to understand the competitive landscape and prepare their proposals accordingly. Overall, the document establishes the groundwork for the procurement process, signaling opportunities for new vendors in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Aerial Cargo Platforms Parachutes
    Active
    Dept Of Defense
    The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is seeking proposals for the procurement of aerial cargo platforms parachutes and related air delivery equipment. This procurement aims to support the U.S. Army Security Assistance Command (USASAC) and is expected to result in a Firm Fixed Price (FFP) contract, adhering to the Berry Amendment rules. The solicitation, identified as RFQ W91CRB-24-R-PARA, emphasizes the importance of maintaining air delivery capabilities and requires interested vendors to demonstrate technical compliance with specifications, provide quotes valid for 90 days, and be registered in the System for Award Management (SAM). Quotes must be submitted via email by 10:00 AM EST on September 23, 2024, with the evaluation based on a Lowest Priced Technically Acceptable (LPTA) approach. For further inquiries, interested parties may contact Antoinette Coward at antoinette.w.coward.civ@army.mil or Shelby A. Saum at shelby.a.saum.civ@army.mil.
    AFJROTC CoDrone EDU (JROTC Edition) Competition Drones (Amendment 0001)
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron, is seeking proposals for the acquisition of CoDrone EDU (JROTC Edition) competition drones to enhance the Air Force Junior ROTC (AFJROTC) curriculum. This procurement aims to provide a package of 10 drones, complete with necessary sensors, programmable features, and accessories, to facilitate hands-on learning and competition preparation for high school students. The initiative underscores the importance of innovative educational tools in fostering STEM skills and responsible citizenship among students. Proposals are due by September 19, 2024, and interested parties can contact Jaeden Alvarez at jaeden.alvarez.2@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil for further information.
    100ARW Spark Cell Drone
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of a quadcopter small Unmanned Aircraft System (sUAS) platform and associated training to be delivered to RAF Mildenhall in the United Kingdom. The requirement includes the delivery of a Parrot Anafi USA GOV Drone or an equivalent model, along with five spare batteries and comprehensive training, all adhering to specified Salient Characteristics and regulatory compliance. This initiative is part of the Royal Spark Innovation Office's efforts to enhance operational capabilities for Intelligence, Surveillance, and Reconnaissance (ISR) and other strategic applications. Interested vendors must submit their quotes by 1700 GMT on September 25, 2024, and ensure they have an active System for Award Management (SAM) account. For further inquiries, vendors can contact Charles Kye at charles.kye.1@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    Small Unmanned Aerial System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the acquisition of a Small Unmanned Aerial System (sUAS), with a focus on the Skydio X2D model or an equivalent. The procurement aims to enhance operational capabilities through advanced aerial technology, requiring features such as autonomous flight, 360-degree obstacle avoidance, high-resolution imaging, and robust construction materials. This initiative is critical for government missions that demand high efficiency and compliance with federal standards, particularly the National Defense Authorization Act (NDAA). Interested parties must submit their proposals by September 24, 2024, with a firm fixed pricing structure for the delivery of one UAV to Keesler Air Force Base, Mississippi, by November 29, 2024. For further inquiries, contact Markos Mendoza at markos.mendoza@us.af.mil or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.
    10--CHUTE SECTION,AMMUN
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 32 units of the Chute Section, Ammunition (NSN 1005012179623). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated five orders per year and a guaranteed minimum quantity of four. The items will be shipped to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to award a ten-year sole source contract for Contractor Logistics Support (CLS) of the LITENING Comprehensive Advanced Targeting Pod (ATP) to Northrop Grumman Corporation. The contractor will be responsible for a range of services including availability support, maintenance and aircrew training, engineering services, replenishment spares, hardware and software modifications, and technical documentation, both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for maintaining the operational readiness and effectiveness of the LITENING Pod System, which plays a significant role in advanced targeting capabilities. Interested parties may submit capability statements for consideration, with the Request for Proposal (RFP) expected to be released on September 26, 2024, and responses due within 90 days of issuance. For further inquiries, potential offerors can contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil.
    17--CHUTE,ELEMENT DOWNL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of three units of the CHUTE, ELEMENT DOWNL, identified by NSN 1730010824003. The solicitation is a Request for Quotation (RFQ) and aims to acquire these aerospace craft launching and handling equipment components, which are critical for various military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 167 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Highline Docks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of highline docks, with a focus on small business participation under a Total Small Business Set-Aside. The solicitation requires offerors to provide new highline docks that meet specific load capacity and dimensional criteria, to be delivered to Fort Bliss, Texas, and Tyndall Air Force Base, Florida. This procurement is critical for supporting military logistics and operations, ensuring the efficient handling of cargo. Interested vendors must submit their proposals by 12:00 p.m. Eastern Time on September 20th, 2024, and are encouraged to direct any inquiries to SrA Gage Garfin at gage.garfin@us.af.mil.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.