Halvorsen Overhaul
ID: FA8534-24-R-0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8534 AFLCMC WNKACROBINS AFB, GA, 31098-1670, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED (3930)
Timeline
    Description

    The Department of Defense requires comprehensive maintenance and overhaul services for the 25K Halvorsen Aircraft Cargo Loader, a self-propelled vehicle used for moving cargo to and from warehouses and aircraft. This equipment is crucial for ensuring efficient cargo operations at Robins AFB, GA.

    The scope of work involves a 5-year contract for unscheduled depot-level maintenance and overhauls, with a focus on ensuring the Halvorsen vehicles are kept in optimal condition. The contract will be a Fixed Price Incentive Firm Target (FPIF)/Firm Fixed Price (FFP), including a one-year basic period and four one-year options. The work involves keeping the vehicles operational, with the ability to perform tasks like transferring loads, interfacing with docks and aircraft, and air transportation on various military and commercial aircraft.

    To be eligible, applicants should have expertise in maintenance and overhaul services, particularly for specialized vehicles and equipment. Experience with similar aircraft cargo loaders or military vehicles is advantageous. Due to the nature of the work, foreign participation in this project is not permitted.

    The contract has an estimated value of $20 million for the basic period, with potential to reach $80 million if all options are exercised. It will be awarded based on a sole-source basis to Leonardo DRS, pending their ability to meet the required terms and conditions.

    The solicitation is expected to be released around 16 August 2024, and interested parties should submit their applications through the government's online portal, with no telephone inquiries permitted. All questions should be directed to the primary contact via email.

    Offerors are encouraged to carefully review the upcoming formal solicitation for detailed requirements and instructions. The government reserves the right to award a contract based on the initial solicitation or any subsequent revisions.

    For further clarification or questions, contact Deborah Simmons at deborah.simmons@us.af.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Halvorsen Overhaul
    Currently viewing
    Solicitation
    Similar Opportunities
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.
    F-16 Fixture Assembly
    Active
    Dept Of Defense
    The U.S. Department of Defense is seeking a firm to provide comprehensive packaging and preservation services for the F-16 Fixture Assembly, a complex project involving meticulous standards and specialized equipment. The aim is to ensure the safe transportation and delivery of goods, adhering to military and international regulations. This solicitation focuses on the packaging, marking, and inspection of sensitive materials, including hazardous goods, according to standards such as MIL-STD 2073-1 and MIL-STD 129. The selected contractor will be responsible for developing innovative packaging solutions, ensuring compliance, and reporting any discrepancies. While the SOW emphasizes the meticulous nature of the work, including stringent deadlines, the RFP outlines a rigorous qualification process for vendors, emphasizing the government's focus on precision and compliance. Contractors must meet the detailed specifications outlined in the source selection criteria, with eligibility also dependent on successful facility and capability assessments. Interested parties should submit quotations by September 9, 2024, with compliance and price being key evaluation factors. Note that this opportunity is not a small business set-aside and restricted to qualified sources only. The estimated value of the contract is in the range of several hundred thousand dollars.
    Notice of Intent to Award via Single Source - Oshkosh AeroTech, LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract to Oshkosh AeroTech, LLC for the procurement of an Air Deployable Cargo Handling (Hi-Line) Dock system. This system is designed to facilitate the offloading of T2 pallets from C-130 and C-17 cargo aircraft in austere environments, requiring a compact design that occupies a single 463L pallet space and can handle fully loaded T2 missile pallets weighing up to 10,000 lbs. The product must be easily assembled by a single air crew without the need for lifting equipment or specialty tools, and it should meet specific technical requirements, including aluminum construction for weight and corrosion control, rapid assembly and disassembly capabilities, and enhanced corrosion resistance. Interested parties may submit a capability statement within seven calendar days of this notice, with all responses directed to Capt David Logue at david.logue.1@us.af.mil and SrA Felix Prose at felix.prose@us.af.mil. The contracting office is located at 10480 Sijan Ave, Joint Base Elmendorf-Richardson, Alaska 99506.
    FY24 26K 4-Leg HelMAS Kit
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the FY24 26K 4-Leg HelMAS Kit under solicitation number FA3016-24-Q-0125. This procurement aims to acquire adjustable metal ramps designed for loading cargo onto aircraft, specifically to enhance rapid loading and unloading capabilities during military operations, thereby improving aircraft ground times and crew safety in combat scenarios. The 26K HelMAS system is critical for facilitating the loading of helicopters onto various military transport aircraft while adhering to stringent safety and compliance standards. Interested small businesses must submit their quotes by September 10, 2024, at 2:00 PM CST, and direct any inquiries to Ms. Monica Pridgen at monica.pridgen.2@us.af.mil or by phone at 931-320-9592.
    Solicitation- Repair/Overhaul of the C-5 Hydraulic Winch_1680-01-216-4525UC
    Active
    Dept Of Defense
    Presolicitation - Repair/Overhaul of the C-5 Hydraulic Winch1680-01-216-4525UC The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to perform repair and overhaul services for the C-5 Hydraulic Aircraft Mounted Winch. This winch system, with National Stock Number (NSN) 1680-01-216-4525UC and Part Number (PN) 42420-4, is used for cargo handling on the C-5 aircraft. The contract will involve major overhauls of the existing winch system to the newest configuration, as well as minor overhauls to maintain the newest configuration in like-new condition. This procurement will phase out other winches, including the Dual Power Winch (NSN: 1680-01-593-5680UC) and the current Hydraulic Winch. The contract will have a projected period of performance of 10 years, consisting of a one-year basic period and four one-year ordering periods, with the option for five additional one-year options. The estimated unit prices for the overhauls have been inflated by 5% each year. The contract will be a Firm Fixed Price (FFP), Requirements type contract. The procurement is sole source to Goodrich Corporation (CAGE: 3HRL4) and is authorized under 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1, Only One or a Limited Number of Responsible Sources, and No Other Supplies or Services will Satisfy Agency Requirement. The estimated quantities for the overhaul services are as follows: Basic Period: 30 units and 6 units Ordering Period I: 30 units and 6 units Ordering Period II: 30 units and 6 units Ordering Period III: 30 units and 6 units Ordering Period IV: 30 units and 6 units Option Year I: 6 units and 30 units Option Year II: 6 units and 30 units Option Year III: 6 units and 30 units Option Year IV: 6 units and 30 units Option Year V: 6 units and 30 units The place of performance for this contract is Warner Robins, Georgia, United States. For more information, please contact Josie Daffin at josie.daffin@us.af.mil or Karen Beckford at karen.beckford@us.af.mil.
    1730 - Drum Entrance Unit
    Active
    Dept Of Defense
    The Department of Defense is issuing a pre-solicitation notice for a forthcoming federal contract to supply and deliver Drum Entrance Units to the Defense Logistics Agency (DLA) Troop Support in Philadelphia, PA. This acquisition is specifically for National Stock Number (NSN) 1730-01-412-5655 (Part Number: 223F336), which is a sole source contract limited to General Dynamics, Ordnance and Tactical Systems, Inc. The contract will be firm-fixed priced with a definite quantity and two optional quantity increases of 50% and 100%. The maximum contract value is estimated at $1,570,000.00, with delivery terms set at FOB Origin with Inspection/Acceptance at Destination. Important amendments to note: Amendment 0003 extends the solicitation deadline to September 10, 2024, Amendment 0002 updates instructions for proposal submission on SF 33, and Amendment 0001 provides a copy of the redacted Justification and Approval (J&A). Interested vendors must submit quotes through the DLA Internet Bid Board System (DIBBS) by the revised deadline. The solicitation will outline the terms and conditions, and vendors must conform to the Buy American Act requirements. The contract award will be based on the lowest conforming price submitted. Deadlines: Solicitation Release: June 25, 2024 (estimated) Quote Submission: July 25, 2024 at 3:00 PM EDT (extended per Amendment 0003) Primary Contact: Asheai Patterson, email: Asheai.Patterson@dla.mil, phone: 2158734419 Secondary Contact: Tiffany McFadden, email: tiffany.mcfadden@dla.mil, phone: 2157377940 Please note that this pre-solicitation notice is not a request for proposals and does not obligate the government to issue a formal solicitation or enter into a contract. The estimated release date is subject to change. Vendors are advised to monitor the DIBBS website for the official solicitation document.
    PARADROGUE ASSEMBLY / 06F, C-130 HERCULES AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency is seeking offers for the PARADROGUE ASSEMBLY component used in the C-130 Hercules aircraft. This is a presolicitation notice, with the actual solicitation available on or about August 16, 2024, through the DLA Internet Bid Board System (DIBBS). The NSN is 1680-00-068-1356, associated with IQC PR: 1000188208, and the estimated annual quantity required is 120 units. The contract will be an Indefinite Quantity Contract (IQC) for a base period of five years, offering a steady supply of these components. Delivery will occur 260 days after ordering and will be inspected and accepted at the point of origin, while the FOB will be at the destination. The solicitation will be issued as an unrestricted procurement, open to all qualified suppliers. The expected contract type is a firm fixed-price arrangement. Offerors should possess the capability to manufacture and supply the specialized aircraft component, ensuring compliance with the required specifications. Interested parties should register on the DIBBS platform to access the solicitation details, as paper copies will not be available. The latest version of Adobe Acrobat Reader is required to view the solicitation documents. Any questions regarding this opportunity should be directed to Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Note: The information provided herein is a preliminary notice and does not constitute a solicitation. Offers should await the official solicitation document scheduled for release in August 2024.
    SERVOMECHANISM, HYDRAULIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of hydraulic servomechanisms specifically designed for C-130 aircraft. The requirement includes five units that are critical for providing hydraulic boost to aileron control surfaces, with dimensions of 24.0 inches wide, 55.0 inches long, and a weight of 162.0 lbs. This acquisition is essential for maintaining the operational capabilities of the aircraft, and the Request for Proposal (RFP) is scheduled to be issued on November 27, 2023, with a closing date of December 28, 2023. Interested parties can contact Molly Musgrove at molly.musgrove@us.af.mil or by phone at 405-855-3190 for further details, and the anticipated award date is approximately 45 days after the solicitation closure.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    Overhaul of the UH-60 SERVO, ROLL TRIM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the UH-60 Blackhawk Servo Roll Trim, a Critical Safety Item (CSI). The contract will be structured as a five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with an estimated quantity range of 150 to 900 units, including foreign military sales. This procurement is crucial for ensuring the operational readiness and safety of military aviation systems, as the Servo Roll Trim is integral to the functionality of the UH-60 aircraft. Interested contractors must submit their proposals via email to the designated contacts, Reginald C. Burrell and Lindy L. Pinchon, with the understanding that the requirement is currently unfunded and subject to the availability of funds. The solicitation is expected to close on an estimated date, which may be adjusted based on the release of the solicitation documents.