Peculiar Support Equipment IDIQ
ID: FA8526-25-R-PSEType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8526 AFLCMC WLMKAROBINS AFB, GA, 31098-2428, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT (J017)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Peculiar Support Equipment (PSE) through a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, extending through fiscal year 2030. The objective is to gather production and repair data, along with expertise and capabilities to meet qualification requirements for various PSE National Stock Numbers (NSNs), which are critical for the maintenance and operation of aircraft, particularly the C-17 Globemaster III fleet. This procurement emphasizes the importance of maintaining aviation equipment and ensuring operational readiness, with a structured inventory of necessary tools and equipment outlined in associated documents. Interested parties must submit their capability surveys by April 15, 2025, to the designated contacts, Jack McDonald and Aliscia Pitts, via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a comprehensive list of part numbers, nomenclature, and National Stock Numbers (NSN) for various aircraft maintenance tools and kits, primarily focused on adapters, cables, fixtures, and testing equipment. It includes over a hundred entries detailing equipment necessary for aircraft servicing, ensuring operational efficiency and safety. The list serves as a resource for federal grants, Request for Proposals (RFPs), and state/local procurement by presenting vital items needed for maintenance tasks, testing, and structural adjustments across aircraft systems. Each entry importantly categorizes tools and components necessary for technical work, illustrating the government’s emphasis on meticulous aviation maintenance standards and support for contractors in procurement processes. The rigor of the list underlines its utility as a foundational tool in government contracting and resource allocation aiming to sustain aviation safety and operational readiness.
    The Performance Work Statement (PWS) FD2060-25-R-0003 outlines the procurement of Peculiar Support Equipment (PSE) essential for the maintenance and operation of the C-17 Globemaster III aircraft fleet. The document serves to define the objectives, technical requirements, and performance standards related to the four-year contract period, extending from FY25 to FY30. Key responsibilities of the contractor include the timely delivery of various documentation, such as First Article Test/Inspection Procedures and a Monthly Status Report, aimed at ensuring quality and compliance within specified deadlines. The PWS emphasizes stringent quality assurance standards and mandates adherence to industry regulations, such as ISO 9001 and AS9100. Notable requirements also encompass security clearances for personnel, measures against counterfeit parts, and environmental considerations in procurement practices. The document integrates guidelines for proper shipping, tracking documentation, and reporting procedures, ensuring both government and contractor obligations are met. Overall, this PWS is pivotal for sustaining operational readiness of the C-17 fleet while maintaining compliance with federal mandates and operational standards.
    This document outlines a list of various adapter kits, tools, fixtures, and test sets intended for procurement by the federal government. It includes detailed specifications such as part numbers, nomenclature, National Stock Numbers (NSNs), and quantities to procure for each item. Key components include different types of adapter kits essential for aircraft maintenance, testing equipment for fuel and oxygen systems, and various hand tools designed for mechanical and operational tasks. The inventory emphasizes the importance of maintaining and servicing aviation equipment with a range of 1 to 34 units for each item. The overall purpose of the document is to facilitate the procurement process, ensuring the necessary tools and equipment are available to support military and aircraft operations. The structured inventory allows procurement officials to streamline orders, manage resources effectively, and abide by federal guidelines when sourcing these essential items.
    The C-17 Peculiar Support Equipment (PSE) market survey aims to identify potential contractors capable of supporting the U.S. Air Force's qualification and production needs for PSE over a five-year contract term, potentially through FY30. Respondents are encouraged to demonstrate their capabilities and relevant experience in a detailed Contractor Capability Survey. Both small and large businesses are invited to participate, with a focus on joint ventures and teaming arrangements. Key submission requirements include company information, experience with similar projects, capabilities in handling classified data, and quality assurance processes. The survey seeks insights into manufacturing and engineering capabilities, as well as processes for addressing potential issues in production and test procedures. Interested parties must submit their surveys by April 7, 2025, to the designated Air Force contacts. The focus on small business opportunities and collaboration aligns with federal procurement goals, enhancing competitive sourcing while ensuring essential support for military readiness.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    49--STAND,MAINTENANCE,A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking small business concerns to provide 10 units of a new spare part identified by NSN 7R-4920-017293360-EY and reference number 3988AS100001-1. This procurement is specifically for aircraft maintenance and repair shop specialized equipment, emphasizing the government's rights to the technical data and the absence of manufacturing restrictions. Interested parties are encouraged to contact Thomas Kuhnle at (215) 737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further details, with the solicitation expected to include various small business set-aside clauses. The government is not utilizing FAR Part 12 policies for this acquisition, and interested vendors may express their capabilities within 15 days of this notice.
    Engineering Support Services - Commercial Derivative Aircraft
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    NSN 1650-010333280, CONSTRANT SPEED DRIVE GOVERNOR PARTS KIT, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Constrant Speed Drive Governor Parts Kit, identified by NSN 1650-010333280. This procurement is specifically for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specified drawings and standards, with an estimated annual quantity of 80 units. The parts are critical components for aircraft systems, emphasizing the importance of compliance with military specifications and the necessity for contractors to be certified to access unclassified data. Interested small businesses must submit their proposals by the solicitation issue date, expected on or about November 25, 2025, and can direct inquiries to Tatjana Klemmer at tatjana.vaughan@dla.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    PAD CUSHIONING | DUN | CONSOL PSE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pad cushioning components, specifically the CONSOL PSE, with an estimated annual requirement of 1,840 units. This procurement is crucial for maintaining operational readiness, as the components are classified under miscellaneous aircraft accessories and components, highlighting their importance in aviation logistics. The contract will span a base period of five years, with delivery expected 175 days after receipt of order, and inspections will occur at the destination. Interested vendors can access the solicitation on or about December 22, 2025, via the DLA Internet Bid Board System (DIBBS), and inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    ACT/Lockheed spare aircraft parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    16--SEAT,AIRCRAFT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for an aircraft seat, specifically NSN 7R-1680-996691474-P8, on a sole source basis from the Original Equipment Manufacturer (OEM). The procurement involves the purchase of one spare part, P/N MBCS12490-1BA0, with no available drawings or data for alternative sourcing, emphasizing the critical nature of this component for aircraft operations. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for January 2026; inquiries can be directed to Michael J. Brown at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL.