C-5 Shotpeen Machine
ID: FA857125R0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Machine Tool Manufacturing (333517)

PSC

WEAPONS MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4933)

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 soliciting proposals for the design and delivery of a C-5 Shotpeen Machine intended for use by the 402d Aircraft Maintenance Group at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary tools, materials, equipment, and training, with specific requirements including maneuverability, adherence to industry standards, and adjustable blasting parameters. This machine is crucial for maintaining the C-5 aircraft's landing gear trunnions, ensuring operational readiness and safety. Proposals are due by August 11, 2025, with questions accepted until August 4, 2025; interested parties should contact Phillip Braswell or Joshua Sharpe via email for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, titled "Industrial Safety and Health Requirements for L5WA36 C-5 Shot Peen Machine," outlines mandatory safety and health requirements for contractors working on Air Force installations. The document emphasizes compliance with federal, state, and local laws, including OSHA standards, and Air Force-specific regulations (e.g., AFI 91-202, DAFMAN 91-203). Contractors must submit a detailed Safety and Health Plan addressing environmental, safety, and occupational health (ESOH) issues, mishap notification, impoundment procedures, and various operational safety elements such as motor vehicle safety, foreign object damage (FOD) prevention, protective barriers, walking-working surfaces, scaffolding, aerial lifts, fall protection, cranes, hazardous materials, personal protective equipment, confined spaces, welding, electrical safety, hazardous energy control, machinery guarding, hand tools, toxic substances, hazardous communications, demolition, heat stress, environmental controls, hearing conservation, medical and first aid, grounding/bonding, batteries, flammable liquids, system modifications, soldering, housekeeping, electrostatic discharge, liquid gaseous oxygen/cryogenics, work stands, severe weather plans, fire protection, explosive safety, airfield criteria, airfield rescue/firefighting, aircraft checks, contractor flight/ground operations, and lawn services. The plan must be accepted by the government prior to work commencement and updated as needed. Non-compliance can lead to work stoppages and fines.
    DD Form 1423-1, a Contract Data Requirements List, is a standardized Department of Defense form (OMB No. 0704-0188) used to specify data deliverables from contractors. This document details the requirements for a C-5 Shot Peen Machine, including the provision of two hard copies and one electronic copy of documentation for its operation, inspection, and maintenance. The submission is required to coincide with the unit's delivery. The form outlines various fields such as data item number, title, authority, contract reference, requiring office, and submission details like frequency and dates. It also specifies distribution addressees, including Landon Johnson, Angier Wills, Joshua Sharpe, Lisa Matney, and Anthony Allen, along with their contact information. Furthermore, the document provides comprehensive instructions for both government personnel and contractors on how to complete the form, including definitions for different price groups (Group I, II, III, and IV) related to data production costs.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables for contracts. This particular form details the requirements for a "Technical Report-STUDY/SERVICE" related to a C-5 Shot Peen Machine. The contractor is required to provide shop drawings, conduct a site visit within two weeks of award, and submit a concept and dimensioned drawing within twelve weeks of the site visit. The government has two weeks for approval, and the final product is due in twenty-five weeks, with monthly status updates. Training for ten government employees must be provided within fifteen days. Reports must be submitted electronically in PDF format and as two hard copies. The document also includes instructions for both government personnel and contractors on how to complete the form, defining different price groups for data items based on their essentiality to the contract.
    DD Form 1423-1, a Contract Data Requirements List, is a standardized Department of Defense form for specifying data deliverables in contracts. It details requirements for data items like technical data packages and manuals, outlining information such as data item number, title, authority, contract reference, requiring office, submission frequency, and distribution. The form also includes instructions for both government personnel on how to complete the form and contractors on how to estimate pricing for data items based on four groups of effort (Group I-IV), ranging from data not essential to contract performance to data developed during normal operating procedures with minimal additional effort for delivery. This particular instance of the form specifies a "Status Report/EMS Training" data item for a C-5 Shot Peen Machine, requiring the contractor to obtain and ensure employee viewing of an Energy Management System (EMS) Awareness Training PowerPoint Presentation. It also lists various points of contact for environmental management, WAWF (Wide Area Workflow), and contracting.
    DD Form 1423-1,
    DD Form 1423-1, a Contract Data Requirements List (CDRL), is a standardized form used by the Department of Defense to specify data deliverables from contractors. This particular instance details the requirements for a Safety Plan related to a C-5 Shot Peen Machine. It outlines that a draft safety plan must be submitted electronically within 10 working days of contract award for review. The government has 5 working days to provide feedback, after which the draft is considered final if no changes are noted or no reply is received. The contractor must also submit Appendix C, annotating any inapplicable sections. Final copies are due 10 working days after government acceptance of the draft. The document provides contact information for various government personnel, including the Requiring Office (WR-ALC/SE), Government POC, WAWF Primary and Alternate POCs, and the PCO. The form also includes instructions for both government personnel and contractors on how to complete and price the data items, categorizing data into four groups based on development effort and cost implications.
    The DD FORM 1423-1, FEB 2001, "CONTRACT DATA REQUIREMENTS LIST," is a standardized form used in government contracting to specify data deliverables. This document details the procedures for reporting accidents/incidents related to contracts, particularly for the C-5 Shot Peen Machine. It outlines mandatory telephonic notifications to the Robins AFB Safety Office within four hours of a mishap, followed by an electronic submission within three calendar days to various government representatives. The report must include crucial information such as contract details, date/location of the incident, a narrative, cause, estimated cost, involved equipment/personnel, and corrective actions. The form also provides instructions for both government personnel and contractors on completing various fields, defining different price groups for data items based on their essentiality and the effort required for their delivery, ensuring proper costing and compliance for data submissions in government contracts.
    The document outlines the requirements for a C-5 Shotpeen Machine for the 402d Aircraft Maintenance Group (AMXG) at Robins Air Force Base (AFB), Georgia. The contractor must provide all necessary tools, parts, materials, equipment, labor, transportation, and training. Key specifications for the machine include maneuverability, adherence to Lockheed Martin STP 51-501 or SAE J2441 standards, adjustable blasting parameters, and mobile controls. The project timeline involves a site visit, concept approval, product delivery within 25 weeks, and training for government employees. The contractor is responsible for providing technical documentation, a one-year warranty, and adhering to strict security, environmental, and safety regulations, including specific training requirements for EMS and EnMS, and a comprehensive safety program. All invoices and payments will be processed via the Wide Area Workflow (WAWF) system.
    This document outlines the requirements for a C-5 Shotpeen Machine for the 402d Aircraft Maintenance Group (AMXG) at Robins Air Force Base, Georgia. The contractor must provide all necessary tools, parts, materials, equipment, labor, transportation, and training. Key machine specifications include maneuverability, adherence to Lockheed Martin or SAE shotpeen standards, adjustable height and reach, mobile controls, and adjustable blasting parameters. The machine must also have on-unit storage for test strips, a pintle hook for towing, extra nozzles, a 120 ft power cord, air drying capabilities, media storage, and an enclosure for a "fake" trunnion. The project timeline includes a site visit, concept approval, product delivery, and training for government employees. The contractor must also comply with various government regulations, including security, supply chain risk management, environmental management, energy management, and safety programs. Additionally, specific requirements for documentation, delivery, training, warranty, invoicing, and cybersecurity are detailed.
    The document outlines the Industrial Safety and Health Requirements for contractors involved with the L5WA36 C-5 Shot Peen Machine project, emphasizing compliance with various safety regulations and programs as specified by the Air Force and OSHA. Contractors must submit a comprehensive Safety and Health Plan addressing environmental, safety, and occupational health requirements. Key responsibilities include ensuring a hazard-free workplace, adherence to OSHA standards and the Air Force's Voluntary Protection Programs, and notification procedures for mishaps. The plan must detail specific safety regulations, employee training, inspections, and emergency response protocols for various operations including material handling, scaffolding, fall protection, electrical safety, and hazardous materials management. Each contractor is also accountable for communicating these requirements and any updates to their employees, including those who speak a different language. The document ensures protection for contractor and government personnel, upholding rigorous standards for health and safety across all contract-related activities, demonstrating the commitment of the Air Force to maintain a safe work environment. Compliance failures may lead to significant liabilities or penalties for contractors.
    The DD Form 1423-1, Contract Data Requirements List, specifies the data items required for federal contracts, focusing on the provision of documentation for the C-5 Shot Peen Machine. The contractor is obligated to deliver two hard copies and one electronic version of the technical manual, ensuring the government's guidelines for operation, inspection, and maintenance are met. It includes instructions for completing the form, detailing sections such as contract line item, data item title, category, and distribution requirements. The goals are to streamline communication between the government and contractors, clarify data submission protocols, and establish clear responsibilities for acceptance and approval. This document reinforces the importance of comprehensive data management practices within federal procurement, aiding in compliance and ensuring both parties understand their obligations under the contract.
    The document is a DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense to outline data item requirements for contracts. It specifies the necessary details for a technical report related to the C-5 Shot Peen Machine. Key aspects include the contractor's obligation to deliver a complete set of shop drawings within a specified timeframe and conduct a site visit shortly after contract award. The contractor is required to provide a concept and dimensioned drawing, with follow-up training for government personnel and periodic status updates. The report format mandates electronic delivery in PDF and physical copies, ensuring graphics are scalable. Additionally, the document lists responsible government contacts and outlines instructions for the form's completion, emphasizing clarity in pricing categories for data items, ranging from essential to routine. Overall, the purpose of the document is to formalize data deliverables associated with a federal contract, ensuring accountability, clarity, and timely communication between the contracting parties while supporting federal RFP and grant processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense to outline the specific data items required from contractors. The form details essential elements such as contract line item number, contractor information, data item titles, frequency of submissions, and points of contact (POCs) for further communications. A key aspect of the document is the contractor's obligation to ensure their employees complete the mandated Environmental Management System (EMS) training, with coordination through designated POCs for training materials. The form delineates requirements for the inspection, acceptance, and distribution of data items, providing guidance on categorizing data into technical documentation or other classifications. The document emphasizes the estimated costs associated with preparing and delivering these data items, categorized into four distinct price groups. The comprehensive structure is designed to facilitate clear communication and efficient data management in contract execution. Overall, this CDRL document underlines the systematic approach the government takes in managing contractor data deliverables, ensuring compliance with established standards and protocols in federal contracting processes.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for federal contracts, primarily concerning the submission of data items relevant to military systems, specifically the C-5 Shot Peen Machine project. This form serves to document data item specifications, including titles, submission frequencies, and responsible parties. It mandates that contractors, particularly those at Robins Air Force Base, comply with an Energy Management System (EnMS) training requirement due to the base's ISO 500001 certification. The form also stipulates the roles of various government representatives and designates the necessary processes for data item delivery, including draft submissions and final approvals. Additionally, it clarifies pricing groups for data item costs, distinguishing between data essential for contract performance and additional work needed to meet governmental standards. This regulatory framework is essential to ensure contractors' adherence to government specifications while maintaining quality and efficiency in defense contracting.
    The DD Form 1423-1 serves as the Contract Data Requirements List for the Department of Defense, detailing a data item submission process that is crucial for contract management. The form requires contractors to submit a draft of their safety plan related to the C-5 Shot Peen Machine within ten working days post-award for government review, followed by a final submission after approval. Key items to address include contract references, frequency of data submission, and the government office responsible for inspection and acceptance. The form encompasses categories for data, such as Technical Data Packages (TDP) or Technical Manuals (TM), and allows for additional remarks and explanations about submission details. It outlines steps for both government personnel and contractors, clarifying roles in preparing and approving data items. The document is essential for ensuring contractor compliance with safety and data requirements in federal contracts, thereby safeguarding project integrity and oversight.
    The DD Form 1423-1 serves as a Contract Data Requirements List, focusing on data item specifics related to government contracts. This form is crucial for managing the submission of data items essential for contract performance, particularly in defense-related projects. Key sections include contract details, item descriptions, and submission timelines, emphasizing the contractor's responsibility to report accidents or incidents involving damage to DoD property or personnel injuries. The contractor must notify designated contacts at Robins Air Force Base within four hours of an incident and provide detailed follow-up reports within specific timeframes, outlining the nature and costs of the mishap. The form also categorizes data items into groups based on their importance to the contract, guiding pricing and submission expectations. The comprehensive instructions aim to standardize data item requirements, enhancing clarity and accountability in government contracting. This document underscores the importance of adhering to contractual obligations for data delivery and incident reporting, reflecting the federal government's commitment to safety and operational integrity within its defense contracts.
    The document outlines a Request for Proposal (RFP) regarding the acquisition of a C-5 shotpeen machine for the 402d Aircraft Maintenance Group at Robins Air Force Base, Georgia. The contractor is responsible for supplying the machine, which must meet specific standards for maneuverability, size, and blasting parameters according to Lockheed Martin and SAE requirements. The contractor is also required to deliver operation and maintenance documentation and provide training for 10-12 personnel following installation. The timeline includes a site visit within two weeks of contract award, submission of a design concept within 12 weeks post-visit, and delivery of the machine within 25 weeks. Additionally, the contractor must comply with various security, environmental, and safety protocols, including training in Environmental Management Systems and Energy Management Systems. The contractor must maintain a safety program in line with OSHA standards and notify relevant parties of any incidents rapidly. Overall, this RFP emphasizes meticulous compliance with specifications and procedural requirements, reflecting the importance of safety and efficiency in military operations.
    The document outlines a Request for Proposal (RFP) for the procurement of a new shotpeen machine for the 402nd Aircraft Maintenance Group at Robins Air Force Base, Georgia. The contractor is responsible for delivering and installing the machine, which must meet specific operational and design standards, including maneuverability, blasting parameters, and storage features. Key deliverables also include comprehensive technical documentation and training for operators. The project timeline includes a site visit and subsequent milestones for design approval and delivery, punctuated by regular status updates. Security and safety protocols are emphasized, requiring adherence to government regulations, environmental practices, and the establishment of a safety program. The contractor must ensure compliance with cybersecurity measures, incident reporting, and supply chain risk management to prevent the incorporation of counterfeit parts. The RFP illustrates the government's commitment to maintaining standards in military equipment servicing while ensuring contractor accountability and adherence to regulatory requirements throughout the project lifecycle.
    This government solicitation addresses a specialized requirement for a contractor to design and deliver a shot peen machine for C-5 aircraft landing gear trunnions. The project, clarified through a site visit on July 21, 2025, involves providing concept drawings and a final deliverable for government approval, as per paragraph 2.2 of the Purchase Description dated June 11, 2025. Key clarifications include the need for an enclosure for a "fake" trunnion for process verification, confirmation that peening will occur while the trunnion is attached to the aircraft, and that the process will target only the inside diameter using a rotating lance. The operator will not manually drape the area for ricochet control, nor will they dispose of peening media. The bore's length and vertical travel required vary, with vertical travel ranging from 5 to 9 feet.
    The document outlines a government solicitation regarding a contract for a specialized shot peening process for the C-5 aircraft's landing gear trunnion. A site visit was conducted on July 21, 2025, to clarify technical specifications. Contractors are expected to provide concept drawings and a final deliverable for government approval in accordance with the established Purchase Description from June 11, 2025. Key points of discussion include the machine's enclosure for a "fake" trunnion and the process details, such as maneuverability and the need for a rotating lance device to work on the internal diameter of the trunnion while still attached to the aircraft. Clarity is sought on various operational aspects, including the handling and disposal of peening media. The document demonstrates the specific requirements for this specialized peening operation and outlines the necessary verification processes for contract execution. Overall, it reflects the complexities involved in government contracting for technical aerospace maintenance, emphasizing the importance of clearly defined expectations and operational procedures.
    The provided government file appears to be entirely blank or contains only unintelligible characters and symbols. There is no discernible content, main topic, key ideas, or supporting details within the document. Therefore, it is impossible to summarize or identify its purpose within the context of government RFPs, federal grants, or state/local RFPs.
    The document presents a series of federal and state RFPs and grants focused on various government initiatives. It outlines the funding opportunities available for projects in areas such as infrastructure development, social services, and technological advancements. Each RFP specifies eligibility criteria for applicants, desired project outcomes, timelines, and evaluation metrics to assess proposals. Federal grants particularly emphasize adherence to regulatory standards and community impact, while state RFPs may introduce localized priorities and requirements. The overarching purpose of the document is to inform potential applicants about the funding landscape, encouraging participation in government projects that align with public needs and policy objectives. By disseminating this information, the government aims to foster innovation, enhance service delivery, and ensure that taxpayer funds are utilized effectively within targeted communities. All applicants are urged to review guidelines carefully and submit proposals that address the set objectives while demonstrating feasibility and sustainability.
    This government solicitation, FA857125R0014, issued by FA8571 AFSC PZIO MXW on July 11, 2025, is a Request for Proposal (RFP) for the purchase of an FY25 L5WA36 C-5 Shot Peen Machine for the 402d Aircraft Maintenance Group (AMXG) at Robins Air Force Base, Georgia. The contract is a 100% total small business set-aside with NAICS code 333517 (Size Standard: 500 Employees) and Product Service Code 4933. The contractor is responsible for providing all necessary tools, parts, materials, equipment, labor, transportation, and training. Key deliverables include a concept and dimensioned drawing within 12 weeks of a site visit, with final product delivery within 25 weeks of concept approval. Training for 10-12 government employees is required within 15 days of installation acceptance. Payment instructions are provided through the Wide Area WorkFlow (WAWF) system, with specific routing data and contacts for invoicing. The contract incorporates various FAR and DFARS clauses, including limitations on subcontracting for small businesses and unique item identification requirements for delivered items.
    The document outlines a Request for Proposal (RFP) for acquiring a L5WA36 C-5 Shot Peen Machine for the 402d Aircraft Maintenance Group at Robins Air Force Base, Georgia. This procurement is classified as a "Rated Order" under the Defense Priorities and Allocations System (DPAS), indicating its critical nature. The RFP includes detailed specifications, pricing arrangements, and mandatory clauses that potential contractors need to comply with. Key elements include requirements for training and technical documentation, with timelines for site visits, concept approvals, and final product delivery. The contractor must also provide monthly status updates and fulfill inspection and acceptance criteria as delineated in the proposal. The document highlights compliance with federal regulations regarding small business participation and mandatory reporting on item identification for items over a specified value. General conditions for bidding, including the necessity for prompt payment discounts and acknowledgment of amendments, are noted. Ensuring all components of this contract adhere to specified guidelines underscores the government's focus on operational efficiency and regulatory compliance within procurement processes.
    Lifecycle
    Title
    Type
    C-5 Shotpeen Machine
    Currently viewing
    Solicitation
    Similar Opportunities
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Request for Interested Manufacturers for C-5 Direct Linear Valve - NSN: 4820001614098UC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is conducting market research to identify manufacturers capable of producing the C-5 Direct Linear Valve, identified by National Stock Number (NSN) 4820001614098UC. This dual shuttle hydraulic valve, essential for controlling hydraulic fluid direction on the C-5 aircraft, is made of steel and aluminum, with specific dimensions and weight requirements. The DLA intends to award a sole source contract to ITT Aerospace Controls LLC, as the original equipment manufacturer, PneuDraulics Inc., is the only known source with the necessary technical data and capabilities. Interested parties must express their interest and capability by emailing Kaleb Medders or Todd Stimus by January 5, 2026, to be considered for this opportunity.
    Request for Interested Manufacturers C-5 Direct Linear Valve - NSN: 4810001164496UC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is conducting market research to identify manufacturers capable of producing the C-5 Direct Linear Valve, National Stock Number (NSN) 4810001164496UC, Part Number 36190-1. This hydraulic directional control valve assembly is critical for the C-5 Aircraft, operating at a pressure of 3000 PSIG and measuring 6.88 inches in length, 3.18 inches in width, and 4.18 inches in height. The government intends to award a sole source contract to Eaton Aerospace LLC, the original equipment manufacturer, due to their exclusive knowledge and possession of the necessary technical data. Interested manufacturers must express their capabilities by emailing Trent Miller or Todd Stimus by February 2, 2026, although this announcement does not constitute a solicitation or commitment to award a contract.
    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.
    Request for Information (RFI): Optimized Machining Parameters for AerMet 100
    Dept Of Defense
    The Department of the Air Force is issuing a Request for Information (RFI) to gather insights on optimized machining parameters for AerMet 100, a high-strength alloy critical for aerospace applications. The objective of this RFI is to identify current industry capabilities and solutions that can enhance manufacturing efficiency, reduce waste, and ensure consistent high-quality output, particularly for landing gear components. The USAF is seeking information on company capabilities, recommended machining parameters, tooling solutions, and cost estimates, with responses due by December 22, 2025, and questions accepted until December 8, 2025. Interested parties can contact Randolph Hildebrandt Jr. at randolph.hildebrandt.2@us.af.mil or Andrew Gross at andrew.gross.4@us.af.mil for further details.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    ONE (1) C-FRAME HYDRAULIC PRESS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one C-Frame Hydraulic Press. This equipment is required to meet specific operational needs and must be delivered with training, technical data, an IUID tag, shipping, installation, and foundation support. The hydraulic press is crucial for various manufacturing processes, emphasizing the importance of reliable machinery in defense logistics. Interested vendors should note that the solicitation is expected to be issued on December 20, 2024, and can be accessed via the DLA Intranet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Edmund Quee at edmund.quee@dla.mil or by phone at 804-279-2589.
    22-25-1009 two(2) Fives Giddings & Lewis PT 1500 Plain Table CNC Horizontal Boring Mills (HBM) with Integrated Contouring Heads (ICH)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of one Fives PT 1500 Plain Table CNC Horizontal Boring Mill (HBM) with an Integrated Contouring Head (ICH), with an option to purchase a second unit at a later date. This procurement aims to fulfill the government's requirements for advanced machining capabilities, which are critical for operations at the Puget Sound Naval Shipyard, including tooling, training, foundation work, and equipment removal. The solicitation has been amended to extend the closing date to December 29, 2025, and requires offers to remain valid for 120 days. Interested vendors should direct inquiries to Christina Gibbs at christina.gibbs@dla.mil for further details.
    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.