C-130 Aircraft Stand Shipping
ID: FA8227-25-R-5001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AFSC OL H PZIMHILL AFB, UT, 84056-5805, USA

NAICS

General Freight Trucking, Long-Distance, Truckload (484121)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

Set Aside

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

    The Department of Defense, through the Air Force Sustainment Center, is soliciting proposals for the shipping, loading, and unloading services of two C-130 aircraft maintenance stands from Hill Air Force Base in Utah to Kinston, North Carolina. The contractor will be responsible for providing a comprehensive logistical transportation system that ensures timely and safe delivery of these large and uniquely shaped items, adhering to strict safety and quality standards throughout the process. This procurement is critical for maintaining operational efficiency and safety in military aircraft servicing, with a total small business set-aside to encourage participation from qualified small businesses. Proposals are due by June 9, 2025, and interested contractors should contact Hugo Ruano Gutierrez at hugo.ruano_gutierrez.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil for further information.

    Files
    Title
    Posted
    The Department of the Air Force, through the Air Force Sustainment Center, has issued a combined synopsis/solicitation (Solicitation Number: FA8227-25-R-5001) for shipping, loading, and unloading services related to two C-130 aircraft stands. This request for proposal emphasizes a small business set-aside and aims to secure cost-effective logistics for transporting these stands from Hill Air Force Base in Utah to Kinston, North Carolina, with a delivery deadline of 60 days after award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend an Industry Day on May 8, 2025. Proposals must be submitted by June 9, 2025. The solicitation includes references to several Federal Acquisition Regulation (FAR) clauses that govern the contract's execution, focusing on commercial product acquisition and compliance with various federal laws. Additional information provided includes requirements for contractor qualifications, terms for payment, and regulatory compliance, ensuring adherence to federal standards and small business utilization. This document serves to invite proposals while establishing clear guidelines and expectations for the contracting process.
    The government is soliciting proposals for the acquisition of shipping services for C-130 aircraft maintenance stands. One contract will be awarded, subject to factors such as the quality and pricing of proposals, funding, and competition availability. Offerors must strictly adhere to proposal guidelines detailed in the document, ensuring completeness to avoid being deemed non-responsive. The proposal should consist of four parts: Price Proposal, Technical Proposal, Past Performance Information, and Contract Documentation. Each part must be organized within specified page limits, and conform to formatting requirements. The Price Proposal must summarize pricing for specific Contract Line-Items (CLINs) related to shipping, loading, and unloading. The Technical Proposal requires a detailed transportation plan and management capability information, addressing delivery schedules and safety measures. Past Performance Information must include relevant contracts and customer satisfaction metrics. Proposals may be submitted via email, with precautionary measures necessary for hand-carried submissions at Hill AFB. The document emphasizes the importance of clarity and complete information while underscoring the necessity for consent from subcontractors for the release of past performance information. Overall, the solicitation aims to select a qualified contractor to fulfill essential shipping services effectively and efficiently.
    The document outlines the specifications and structural details of maintenance stands designed for the C-130 aircraft, referred to as "Wing Stands" and "Tail Stands." It describes the modular nature of these stands, highlighting their independence and the ability to relocate each module with utilities still intact. The text details the safety measures required for the stands, such as proper anchoring to prevent tipping, and the procedures for removing and transporting components, including the need for specific tools and equipment for crane-assisted removal. Various specifications, such as weights and heights for structural integrity, are provided, emphasizing the need for robust design due to the aircraft's maintenance requirements. The document serves as a technical reference for government contracts related to aerospace maintenance equipment and underscores compliance with safety and efficiency standards for military aircraft servicing.
    The document details the design specifications for maintenance stands for C-130 aircraft at Hill AFB, Utah. It describes various module identifiers (C1 to C22) and their configurations, including wing stands comprising 10 primary and 15 tail stand modules, all of which are self-supportive and equipped with utilities. Key safety warnings highlight necessary precautions to prevent tipping during disassembly, such as lowering specific legs and removing ventilation systems. The structural integrity measures include helical piers to safeguard against topple risks, and modules can be detached and moved independently. The documentation is essential for ensuring operational efficiency and safety during maintenance operations while highlighting critical engineering requirements. This thorough presentation aims to support the procurement process for government entities seeking to maintain serviceable aircraft platforms compliant with federal standards and best practices.
    The document details the specifications of various components presumably for a government contract or RFP related to construction or manufacturing. It outlines dimension measurements (length, width, height in feet and inches) and corresponding weights of different parts identified by codes (e.g., T1, T2, R1, L1), which might represent different types of materials or sections in a project. Each entry includes specific values, providing a comprehensive overview of sizes and weights necessary for understanding the logistics and requirements for procurement or grant allocation. The cumulative total weight of the legs is noted, suggesting they are a crucial part of the overall project framework. This information could be instrumental for federal, state, or local agencies in evaluating bids or determining funding needs for projects requiring precise material specifications, ensuring compliance with regulations and enhancing project management efficiency.
    The document outlines the evaluation criteria for proposals related to the procurement of C-130 Aircraft Maintenance Stands Shipping. The government plans to select one contractor using a Trade-Off Process based on a 40/50/10 weighting system for Price, Technical Factors, and Past Performance, respectively. Technical evaluation carries more weight than price, while past performance is the least significant. Proposals must comply with all solicitation requirements, and completeness in pricing submissions is essential; incomplete proposals may be disqualified. Key evaluation factors include Price (assessed for completeness, reasonableness, and Total Evaluated Price), Technical Capability (demonstrated through a detailed transportation plan and management capabilities), and Past Performance (assessed on recency and relevancy). An acceptable past performance rating is necessary to qualify for award consideration. The government intends to award without discussions, emphasizing the importance of submitting the best initial proposals. The document indicates that the government may choose not to award any contract based on the submissions received and reserves the right to eliminate proposals deemed uncorrectable. This process illustrates the structured approach the government applies in evaluating RFP submissions to ensure best value in contracting.
    The document primarily addresses logistical and operational inquiries concerning the relocation and management of trailers for the transport of military equipment, specifically C-130 platform components. Key points include the permissibility of pre-staging trailers on-site, overnight stop restrictions during transit, and clarifications on responsibilities for equipment reassembly. The contractor seeks confirmation on whether their delivery timeline will be impacted by permit revisions or delays, and whether the relocation of equipment requires additional protective measures due to prior exposure to weather conditions. The document also addresses the final delivery location in Kinston, NC, confirming that both stands to be relocated are to the same site. The communication of arrival times and the necessary coordination for rigging equipment is emphasized to ensure efficient operations. Overall, the inquiries indicate a focus on effective planning and adherence to operational requirements as part of a federal RFP process. This reflects the contractor's intent to maintain compliance while optimizing logistics for the government’s needs.
    The Performance-Based Work Statement (PWS) outlines the requirements for the shipping of C-130 aircraft maintenance stands by the U.S. Air Force's 309th Maintenance Support Group. The contractor must provide comprehensive logistical support to transport large and uniquely shaped items to Kinston, North Carolina. Key responsibilities include arranging transportation, maintaining compliance with regulations, and utilizing various modes of transport to optimize delivery schedules, achieving at least 95% on-time performance. The contractor must ensure safety and security during transportation, using qualified personnel and adhering to a robust quality control plan. Reporting requirements for labor hours, safety incidents, and performance metrics are specified, alongside additional obligations regarding environmental protections and mishap notifications. The document emphasizes maintaining effective communication, customer satisfaction, and adherence to safety protocols, ensuring the protection of government assets and personnel throughout the operation. Overall, this document serves as a foundational guideline for contractors responding to this RFP, highlighting the critical standards expected of them in support of the U.S. Air Force's operations.
    The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL) for the Department of Defense. It specifies data requirements for contractors involved in projects such as the shipping of C-130 Aircraft Maintenance Stands. The form outlines essential information including contract line item numbers, data items, submission frequencies, and distribution details, while mandating that data be provided electronically in a compatible format. Contractors must submit data deliverables promptly, typically within five business days of request. The form also categorizes data items by their significance, detailing pricing groups based on the necessity and effort involved in preparation. Additionally, it identifies responsible parties for review and approval of submissions. The instructions for completing the form clarify expectations for contractors and government personnel, ensuring adherence to specific data and documentation standards as part of government contracting processes.
    The DD Form 1423-1 is a Contract Data Requirements List essential for the Department of Defense, detailing the requirements for data submission by contractors. It allows for precise tracking of specific contract data items, such as technical data packages, technical manuals, or other data types relevant to the acquisition process. The form includes sections for contract line item numbers, system/item descriptions, contractor identification, data item titles, submission details, and distribution requirements. It specifies the frequency of submissions, which should occur at least monthly, and mandates that reports be delivered electronically to designated contacts in compatible formats. Additional sections are devoted to categorizing the data items based on their importance to contract performance and estimating their costs, depending on the level of effort required. Overall, the document provides a structured framework for ensuring that required data is submitted accurately and punctually, supporting efficient contract management and compliance with federal requirements in the context of government RFPs and grants.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for federal contracts, specifically concerning the quality assurance program plan for the C-130 Aircraft Maintenance Stands shipping project. The document outlines data item submissions related to the contract, such as required data formats and submission timelines, and provides a framework for data management aligned with Department of Defense guidelines. Key components of the form include contract references, requiring office information, submission deadlines, and addressee details for data distribution. It specifies the frequency of data submissions, inspection requirements, and identifies the essential nature of data required for contract performance under four defined price groups. These price groups categorize the data based on its relevance to contractor performance, delineating administrative and development costs associated with the data deliverables. Overall, the document plays a crucial role in ensuring compliance and effective communication between contractors and the government, adhering to strict standards for data management and reporting within government contracts.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the Department of Defense. This form serves to specify data submission requirements for a contractor, including details such as contract line items, the item’s title and subtitle, authority references, technical office responsible, and distribution requirements. The primary focus is on the submission of an Environmental, Safety, and Occupational Health (ESOH) Plan related to the C-130 Aircraft maintenance stands shipping contract. Key elements include submission frequency, deadlines for initial and subsequent submissions, and the format in which data should be provided. It highlights the necessity for specific data items based on contract stipulations, categorizing data into various groups that reflect their importance and associated costs. Additionally, the form mandates electronic submissions to designated addressees within the required timelines, alongside compliance with various regulations and guidelines. This document is a critical component of federal government processes, serving to maintain standards in contract management and data dissemination, ensuring that contractors fulfill reporting requirements relevant to safety and operational compliance.
    The DD Form 1423-1, a Contract Data Requirements List, is utilized by the federal government to outline specific data submission requirements for contracts. The document emphasizes the collection of important information regarding various data items, particularly for defense contracts. Key components include the identification of the contractor, data item titles, submission deadlines, and distribution requirements, highlighting the necessity for timely accident or incident reporting related to mishaps costing $2,000 or more. Contractors must provide essential data in specified formats, electronic submissions, and ensure compliance with certain government standards. The form also outlines instructions for completion, categorizing different types of data (such as Technical Data Packages or Technical Manuals) and specifying the frequency and methods for submissions. It specifies the responsibilities of both the government personnel and contractors in preparing, approving, and delivering these data items. The document ensures transparency and accountability in reporting and documenting contract progress, aligning with government RFPs and grants practices.
    The document addresses inquiries related to the solicitation of shipping C-130 aircraft maintenance stands, specifically Project #11222. Key themes include the specifications for the stands, including their dimensions and weight, the process for disassembly and reassembly by the contractor before project completion, and the environmental condition of the stands, which are presumed to be free of hazardous materials after being stored outside for time without cleaning. The contractor is responsible for providing the necessary manpower and equipment for loading and unloading the stands, and the government remains flexible on transportation methods. There’s clarification on the maintenance stations; although there are eight module identifiers mentioned, they collectively form only two maintenance stands. The document serves as a means of ensuring clarity in the scope, logistics, and environmental considerations of the project, critical for contractors involved in federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Dept Of Defense
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    17--TRANSPORTABILITY KI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Transportability Kit (NSN 1740016683886). This solicitation, categorized as a Total Small Business Set-Aside, requires the delivery of one unit to DLA Distribution within 167 days after the order is placed, with specifications provided by the approved source 1T765 HM025-200-31. The Transportability Kit is crucial for aerospace craft launching, landing, ground handling, and servicing operations, underscoring its importance in military logistics. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to DibbsBSM@dla.mil.
    Bulkhead Assembly, C-130
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Bulkhead Assembly for the C-130 aircraft, identified by Part Number 375974-7. This solicitation is a total small business set-aside and addresses an urgent requirement related to flight and safety deficiency hazards, with delivery expected at Robins AFB, Georgia, on or before January 19, 2026. Interested vendors must submit their quotes via email by December 29, 2025, and adhere to specific packaging and transportation requirements outlined in the associated documents. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    New Aircraft Pallets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of new all-aluminum air cargo pallets to replace the existing 463L model. This procurement aims to enhance the air cargo capability essential for military logistics, ensuring that mission-critical resources are transported with reliability and efficiency. The new pallets will maintain similar dimensions and load capacities while improving durability and operational performance, with a projected monthly requirement of 1,583 pallets. Interested parties must submit their responses to the Contractor Capability Survey by December 19, 2025, and can direct inquiries to Tiffany Davis-Patterson at tiffany.davis-patterson@us.af.mil or Douglas Lindsey at douglas.lindsey@us.af.mil.
    C-17 BLOS MOD Interior Work Stands Scaffolding Robins AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide eight sets of C-17 Beyond Line of Sight Modified (BLOS MOD) Interior Work Stands/Scaffolding for the 402d Aircraft Maintenance Group at Robins Air Force Base, Georgia. The contractor is required to deliver these scaffolding systems, adhering to specific design and material requirements outlined in the solicitation, within four weeks of award. This procurement is critical for maintaining and modifying C-17 aircraft, ensuring operational readiness and safety during maintenance activities. Interested parties should contact Margaret Gaskill or Jeff Pruitt via email for further details, with a size standard of $19 million under NAICS code 238990, and compliance with various security and procurement regulations is mandatory.
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    PARTS KIT, SERVO CYL | 06F | C-130
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide a Parts Kit for the Servo Cylinder associated with the C-130 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 160 units, to be delivered within 300 days after receipt of order. The parts are critical for maintaining aircraft hydraulic systems, ensuring operational readiness and safety. Interested vendors must be certified by the Department of Defense to access the necessary technical data and can find the solicitation on the DLA Internet Bid Board System (DIBBS) around November 19, 2025; inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.