F-35 Fuel Stands
ID: F5A2MX4275AW02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6675 301 CONF PKNAS JRB, TX, 76127-6200, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of two F-35 Fuel Stands to be delivered to Naval Air Station JRB in Texas. The stands must adhere to stringent federal regulations and safety standards, including OSHA and USAF guidelines, with specifications emphasizing aluminum construction, modular design, and safety features such as self-adjusting stairs and slip-resistant flooring. These fuel stands are critical for maintaining operational readiness and safety in military aviation. Interested small businesses must submit their proposals, including shipping costs, by the specified deadline, and can direct inquiries to Emily Crotta at emily.crotta@us.af.mil or Todd Benner at todd.benner@us.af.mil.

    Files
    Title
    Posted
    The document is inaccessible and contains instructions for upgrading Adobe Reader to display the content. Therefore, there is no substantive information regarding federal grants, RFPs, or any related topics to summarize. A government analyst cannot extract or analyze main topics, key ideas, or details since the actual content is not available. To proceed, accessing the proper document or providing its content is essential to perform the required analysis and summarization.
    The document outlines a government solicitation (FA667525Q0003) issued on February 11, 2025, for the procurement of F-35 Fuel Stands. The offeror must provide the required quantity of two units in accordance with specified engineered drawings and standards, under a firm fixed price arrangement. Key components include identifying offeror information, item specifications, delivery schedules, and payment terms. The contractor is required to deliver the items by a specified deadline, with a standard commercial warranty to be stated. The government anticipates payment terms to follow a net 30-day schedule unless alternate discount terms are proposed. FOB Destination is the default shipping term unless otherwise indicated. This solicitation reflects the government's ongoing needs for specific defense equipment, emphasizing compliance with established protocols and standards within federal procurement processes.
    The 301st Fighter Wing at NAS JRB Fort Worth, TX is seeking proposals for two F-35 Fuel Stands that meet specific federal regulations and standards including OSHA and USAF guidelines. The stands must comply with detailed specifications, emphasizing safety and usability features. Key requirements include aluminum construction, modular design for transport, heavy-duty casters, safety features such as self-adjusting stairs and slip-resistant flooring, and corrosion-resistant materials. Proposals can include alternate designs for evaluation. Additionally, vendors must include shipping costs in their bids, with the delivery required to be FOB Destination at the specified location. This RFP aims to procure compliant, durable, and safe fuel stands for military use, reflecting the federal government's commitment to maintaining high safety standards in military operations.
    The document outlines the clauses and requirements for a specific contracting process related to Department of Defense (DoD) acquisitions. It incorporates various requirements, including regulations on compensation for former DoD officials, whistleblower rights, restrictions on telecommunications equipment, and the prohibition of certain procurements linked to specific geopolitical regions, such as the Maduro regime and the Xinjiang Uyghur Autonomous Region. It emphasizes the importance of unique item identification and specific reporting requirements for contract deliverables, ensuring traceability for items with a government acquisition cost of $5,000 or more. Additionally, the document addresses payment instructions through the Wide Area Workflow (WAWF) system for processing vendor payments, stipulating roles and responsibilities during this electronic invoicing process. Moreover, the document mandates the completion of representations and certifications regarding business status, including those related to small business concerns and compliance with labor regulations. This ensures adherence to various regulations designed to maintain ethical standards, promote fair competition, and uphold national security interests in federal contracting. Overall, the purpose is to provide a comprehensive framework for prospective contractors engaging in business with the DoD, ensuring compliance with all applicable laws and regulations while facilitating transparent procurement practices.
    This document is a certification form related to the FY-19 National Defense Authorization Act (NDAA) Section 889, aimed at ensuring compliance regarding telecommunications equipment and services provided by Transportation Service Providers (TSPs) to the government. The certification requires TSPs to disclose whether they will or will not provide covered telecommunications equipment or services and to confirm their inquiries regarding the use of such equipment. Covered telecommunications equipment primarily includes products from companies like Huawei and ZTE, and the document outlines specific prohibitions on procurement related to these items. TSPs must certify their compliance by providing additional information if necessary, such as details about the equipment's producer, description, and manner of use. Importantly, the document highlights definitions of key terms, including "critical technology" and "interconnection arrangements," along with a prohibition against certain contracts that involve significant components of covered technology. The strict adherence to these provisions ensures that national security is maintained by preventing the use of foreign telecommunications that may pose risks. The overall objective is to align federal procurement practices with national security guidelines while prohibiting equipment that could compromise governmental operations or safety.
    The document is a Request for Information/Clarification (RFI) form intended for contractors involved in federal contracts. It outlines the process for contractors to formally request clarifications on contract specifications or details. The form includes sections for the contractor to input their details and requests, while also providing space for government representatives to respond. Notably, it contains sections for reviewing the government's responses and determining if a change order or cost increase will be necessary. The RFI process is essential for ensuring clarity and mutual understanding in contract execution, facilitating effective communication between contractors and the contracting office. The government’s response must be documented, and contractors are required to review this and indicate if further action, such as a change proposal, is needed. This procedure serves to maintain project integrity and provides a structured method for addressing potential issues that could arise during contract performance. The form emphasizes the importance of transparency and accountability in federal procurement processes.
    The United States Air Force, through its 301st Contracting Flight, is conducting market research to identify suppliers capable of providing two F-35 Fuel Stands in compliance with military and OSHA standards. The key objectives include sourcing production data and expertise while ensuring adherence to safety regulations. These stands must be delivered to Naval Air Station JRB in Fort Worth, Texas, as specified in the attachments, which outline engineered drawings and specifications. The Request for Information (RFI) encourages both small and large businesses to participate, with provisions for joint ventures and subcontracting opportunities. Interested parties must submit documentation demonstrating their capabilities to fulfill the requirements by February 7, 2025. Response submissions should include detailed business and production information, addressing past experiences, quality assurance processes, and any potential supply chain challenges. The RFI notes that participation does not guarantee future contract awards and that the government will not reimburse costs associated with participation. All inquiries should be directed to the designated contracting officer. This market research is a preliminary step for the eventual solicitation of F-35 Fuel Stands, aimed at ensuring the Air Force’s operational readiness.
    Lifecycle
    Title
    Type
    F-35 Fuel Stands
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    F/A-18 Aircraft Maintenance Stand, Full-Wrap
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from small businesses for the construction and installation of a Full-Wrap Maintenance Stand for F/A-18 aircraft, as outlined in solicitation number N00244-25-R-0025. The stand must be lightweight, customizable, and compliant with OSHA safety standards, featuring removable guardrails, anti-slip surfaces, and storage solutions for tools and maintenance equipment, to facilitate efficient access to various aircraft components. This procurement is critical for enhancing naval aviation maintenance operations, ensuring safety and functionality in support of military readiness. Interested parties must submit their proposals by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or 619-556-9627 for further information.
    F35 Panel Racks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking bids for the procurement of six custom cowling racks designed for F-35 aircraft. These racks must meet specific requirements, including a capacity to support panels weighing up to 1,500 pounds, a powder-coated yellow frame, carpeting for ease of access, and large caster wheels for mobility. This procurement is significant for maintaining the operational readiness of F-35 aircraft, emphasizing the government's commitment to sourcing from small business providers, particularly those owned by women. Interested parties must submit their bids by March 21, 2025, and can contact Emily Crotta at emily.crotta@us.af.mil or Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil for further information.
    B52 Bomb Bay Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the procurement of five B-52 Bomb Bay Stands under contract FA812525Q0031. The primary objective is to provide these stands, which are critical for aircraft maintenance and repair, ensuring they meet stringent military specifications and quality standards. The selected contractor will be responsible for the construction, delivery, and installation of the stands at Tinker Air Force Base, with a delivery timeline of 180 days and compliance with environmental and safety regulations. Interested vendors, particularly economically disadvantaged women-owned small businesses, must submit their proposals by March 6, 2025, and can direct inquiries to Linsey Laird at Linsey.Laird@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    Wheel Well Stand
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of four Towable-Dual Height 757/767 Wheel Well Stands under solicitation number FA812525Q0032. These stands are essential for aircraft maintenance and must meet specific requirements, including adjustable dimensions, safety features such as anti-slip stair treads, and compliance with OSHA standards, while also being skydrol resistant and fully assembled upon delivery. The procurement aims to enhance operational efficiency and safety in aircraft servicing operations at Tinker Air Force Base, Oklahoma, with a delivery deadline set for on or before March 21, 2025. Interested parties, particularly Women-Owned Small Businesses, should contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil for further details.
    Universal Fuel Accessories Test Stand (UFATS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition and installation of a Universal Fuel Accessories Test Stand (UFATS) at Tinker Air Force Base in Oklahoma. The procurement aims to deliver a fully operational test stand capable of validating various aerospace components, including actuators and fuel nozzles, while adhering to stringent government and industry standards. This equipment is crucial for maintaining operational readiness and safety in a hazardous environment, ensuring compliance with all relevant regulations. Interested contractors, particularly those qualifying as small businesses under the SBA guidelines, should contact Tran Tran at Tran.Tran.1@us.af.mil for further details, with submissions due as outlined in the solicitation documents.
    Fuel Service Cart
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Fuel Service Cart under solicitation FA441925Q0019. The contract is set aside for small businesses and requires the provision of a HandiFueler Ground Support Cart or an equivalent product, which must meet specific technical specifications including a 600-gallon double-walled stainless steel tank and aviation-grade filtration systems. This equipment is crucial for fuel dispensing operations at Altus Air Force Base in Oklahoma, ensuring efficient and safe fuel management for military aircraft. Interested vendors should submit their proposals, including technical capabilities and pricing, to the designated contacts Desmond Davis and Karlray B. Ambrosio by the specified deadlines, ensuring compliance with all outlined requirements and regulations.
    F-100 Nozzle Augmenter Ex
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    F-16 Fuel Cells
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of F-16 fuel cells, a critical component for the operational readiness of the aircraft. The solicitation emphasizes the need for compliance with military standards, including first article testing, inspections, and adherence to specific packaging and marking protocols to ensure safety and regulatory compliance during transport and storage. This procurement is vital for maintaining the performance and reliability of the F-16 fleet, supporting national defense operations. Interested contractors must submit their qualification packages by March 14, 2025, and can contact Michelle Mihu at michelle.mihu@us.af.mil for further details.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    F-35 Controlled Temperature Storage
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting proposals for the F-35 Controlled Temperature Storage project, which is set aside for small businesses. The procurement aims to construct a facility that meets specific temperature control requirements essential for the storage of F-35 components, ensuring their integrity and operational readiness. This project is critical for maintaining the performance and longevity of military assets, reflecting the importance of controlled environments in defense logistics. Interested contractors can reach out to Paul Holbert at paul.holbert@dla.mil or 717-770-7492, or Benjamin Bailey at benjamin.bailey@dla.mil or 717-770-5390 for further details.