Missile Maintenance Van
ID: FA461325Q1037Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Heavy Duty Truck Manufacturing (336120)

PSC

TRUCKS AND TRUCK TRACTORS, WHEELED (2320)

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 quotes for the procurement of four missile maintenance vans to be delivered to Francis E. Warren AFB in Wyoming. The vans must meet specific technical requirements outlined in the solicitation, including a modified diesel crew cab design with a minimum GVWR of 31,000 lbs, various safety and operational features, and compliance with federal safety standards. This procurement is crucial for maintaining the operational readiness of missile maintenance operations, ensuring that the Air Force has the necessary equipment to support its mission. Interested small businesses must submit their quotes by September 19, 2025, at 4:00 PM MDT, and can direct inquiries to SrA Kyle Harris at kyle.harris.23@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil.

    Files
    Title
    Posted
    The provided government file, FA461325Q1037, outlines various clauses and provisions for federal contracts, focusing on compliance, ethical conduct, and supply chain security. Key sections address requirements related to former DoD officials' compensation, whistleblower rights, and prohibitions on covered defense telecommunications equipment from specific sources like the Xinjiang Uyghur Autonomous Region and the Maduro Regime. The document also includes detailed instructions for Item Unique Identification and Valuation (IUID) for delivered items, specifying marking, data reporting, and subcontracting requirements. Furthermore, it covers procedures for handling single offers, electronic payment instructions through Wide Area WorkFlow (WAWF), and evaluation criteria for commercial products and services. The file emphasizes representations and certifications regarding small business concerns, Buy American provisions, and restrictions on certain foreign procurements, ensuring adherence to federal acquisition regulations and national security interests.
    This government file outlines several critical clauses for contractors working on Air Force installations. It details the role and limitations of an AFGSC Ombudsman for resolving acquisition concerns, emphasizing that issues must first be addressed with the contracting officer. It also establishes health and safety requirements for contractors on Government installations, mandating precautions, adherence to AFOSH Standards, and consequences for non-compliance. Finally, the document specifies procedures for contractor access to Air Force installations, including obtaining identification, vehicle passes, complying with security regulations, and participating in the Emergency Mass Notification System. Non-compliance with these access requirements may result in the withholding of final payment.
    The document is a Contractor Response Form for a Sources Sought/Request for Information (RFI) under Notice Number FA461325Q1037, specifically for a "Missile Maintenance Van." It requests company information such as the registered name, CAGE Number, Unique Entity ID, socioeconomic status (e.g., SB, SDB, WOSB), and contact details. Additionally, the form asks if the company received 80% or more of its annual gross revenues from federal contracts, loans, grants, or other federal financial assistance totaling $25,000,000 or more in the preceding fiscal year, which determines the applicability of FAR 52.204-10. Finally, it asks for confirmation regarding the completion and operational status of IP transition by March 1, 2025.
    This government file details the requirements for a modified diesel crew cab 4x2 van truck for the Air Force. It outlines extensive specifications for the chassis, including a minimum GVWR of 31,000 lbs, a 275 hp engine, automatic transmission, and an Air Force Strata Blue paint. Key features include an engine pre-heater, cab heater, in-line fuel heater, oil pan heater for extreme temperatures, and a hydraulic fold-under tailgate with a 2500-pound capacity. The van body must be 240 inches long, with aluminum and steel construction, an aerodynamically streamlined front, and a diamond tread aluminum floor over laminated hardwood. Interior features include plywood and aluminum lining, three tiers of E-track cargo control, and four skylights. Electrical systems specify LED lighting, 115 VAC floodlights, a 3-phase circuit breaker panel, and GFCI protected duplex outlets. Emergency equipment, military markings, storage boxes, a power cable reel, and life line attachment points are also required. The document emphasizes strict adherence to federal safety standards, detailed verification requirements, and a 36-month/36,000-mile warranty. A water spray test is mandated for the completed vehicle to ensure weatherproof integrity.
    This document outlines the requirements for a modified van truck for the Air Force, focusing on a crew cab, 4x2 diesel vehicle with a van body. Key specifications include a minimum GVWR of 31,000 lbs, a 20 ft body, and adherence to various SAE, Military, and other industry standards for components like wiring, fasteners, and materials. The truck must operate in extreme temperatures and varied terrain. Emission standards are strict, particularly for particulates. The van body must be aerodynamically designed, with specific material requirements for the subframe, framing, and exterior features like storage boxes. Electrical systems, including 12V DC lighting, must comply with SAE J1292. The document details extensive quality assurance measures, including water spray tests and a first production vehicle inspection, emphasizing that all components must be new and free from defects. A 36-month/36,000-mile warranty is required, covering parts, design, construction, and installation. Verification of compliance is mandatory before production, with detailed plans for engineering and performance tests.
    This government purchase description outlines the requirements for a modified van truck for the Air Force, emphasizing compliance with federal and military standards. Key specifications include a crew cab, 4x2 diesel chassis with a GVWR of 31,000 lbs, a minimum 275 hp engine, and automatic transmission. The van body must be 240 inches long, with specific material requirements for its construction, including steel subframe and aluminum panels. The truck must operate in extreme temperatures and varied terrain. Special features include an in-line fuel heater, oil pan heater, tinted windows, and specific military markings. Electrical systems must adhere to SAE J1292, with detailed wiring and circuit protection standards. The document also specifies emergency equipment, storage boxes, and comprehensive quality assurance measures, including a water spray test and a 36-month/36,000-mile warranty. Offerors must identify any exceptions and provide technical data for
    This document addresses questions regarding Solicitation Number FA461325Q1037 for Missile Maintenance Vans. Key clarifications include confirming all four units are FOB Destination Francis E. Warren AFB, Wyoming. Several sections of Attachment 4, Salient Characteristics, have been revised: Section 3.13 (Verification Requirements) and Paragraph 13.14 (GSA FORM 1398) are no longer applicable and have been removed. Paragraph 3.2.10.2 (U-BOLTS OR TWIN STUDS) is correct as written, while Paragraph 3.11.1.2 (VAN INTERIOR 12 VDC LIGHTS) has been updated for clarity, specifying eight shielded 12V DC floodlights. First production vehicle and production vehicle inspections will occur at Francis E. Warren AFB after delivery, not at the origin by the USG. If a vehicle fails to meet specifications, it will be returned to the contractor at no cost to the government. The total quantity required is four units.
    The document outlines federal acquisition regulations relevant to the Request for Proposals (RFPs) concerning the U.S. Department of Defense (DoD) procurement process. It identifies specific clauses incorporated by reference, ranging from employee rights and whistleblower protections to requirements around telecommunications equipment, sourcing stipulations related to sensitive geopolitical regions, and compliance standards for environmental safety. Additionally, it includes requirements for electronic submission of payment requests and represents a structured approach toward ensuring fairness in pricing, transparency in contract management, and adherence to domestic production guidelines. The key purposes include safeguarding national security interests and facilitating equitable access for small and disadvantaged business concerns, thereby furthering the government's objectives under federal procurement policies. This comprehensive diagram serves as an essential framework for bidders preparing to engage with federal contracts, particularly in a defense context, emphasizing the crucial role of compliance and reporting requirements throughout the contract lifecycle.
    The document outlines protocols related to concerns and safety measures for contractors working under federal contracts, specifically for the Air Force Global Strike Command (AFGSC). It appoints an ombudsman to facilitate resolution of issues from offerors and potential offerors, explicitly stating that the ombudsman's role is non-evaluative and does not interfere with the authority of contracting officials. Disputes must first be directed to the contracting officer before consulting the ombudsman, who can only refer the matter to other officials. Additionally, it establishes health and safety responsibilities for contractors, mandating compliance with safety standards and immediate adherence to instructions from the contracting officer. Violations may lead to contract termination. It also details protocols for contractor access to Air Force installations, requiring identification procedures and the return of credentials upon contract completion. All personnel must comply with security regulations, and failure to adhere to these requirements may result in financial penalties. Overall, the document serves to ensure a structured approach to managing contractor relations, health, and safety standards within Air Force projects, reflecting the government's commitment to operational integrity and accountability in public contracting processes.
    The document is a Contractor Response Form for a Sources Sought/Request for Information related to the Missile Maintenance Van, identified by Notice Number FA461325Q1037. It is designed for potential contractors to provide their company information, including their registration details with SAM.gov, socioeconomic status, contact information, and revenue sources. Notably, companies are asked to disclose if they received 80% or more of their gross revenues from federal contracts, grants, or other federal aid in the preceding fiscal year, which would make them subject to specific compliance requirements under regulations like FAR 52.204-10. Additionally, there is a confirmation requirement for an IP transition to be operational by March 1, 2025. This form serves as a preliminary outreach to gauge interest and capacity from contractors for fulfilling a military-related maintenance need, aligning with standard practices in federal procurement and funding processes.
    This document details the specifications for a modified van body truck, intended for use by the Air Force, specifically requiring a Diesel, Crew Cab, 4x2 chassis with defined performance and safety requirements. It outlines the necessary technical standards from the Society of Automotive Engineers and military handbooks that must be adhered to in manufacturing. Key specifications include chassis emissions standards, structural integrity standards for the vehicle and van body, cargo capacity, engine specifications, and equipment details such as emergency resources, electrical systems, and heating elements. The document emphasizes the need for all materials used to be new and suitable for the intended purpose, while establishing guidelines for testing, compliance verification, and documentation required for acceptance by the government. It also delineates warranty requirements and mandates that any exceptions or deviations from specifications must be explicitly stated, ensuring high standards of quality and durability. This solicitation conveys the government’s strict procurement process for military vehicles, highlighting the priority placed on functionality, safety, and compliance with federal regulations.
    The document outlines the specifications and requirements for procuring a modified diesel crew cab truck with a van body for the U.S. Air Force. It emphasizes adherence to federal regulations, including Environmental Protection Agency standards for emissions, as well as necessary materials, construction methods, and safety features. Key highlights include specific chassis requirements (e.g., weight limits, engine power, and environmental controls), detailed guidelines for the van body structure, and mandatory emergency equipment like fire extinguishers and reflective triangles. The contract stipulates the need for comprehensive documentation, including operator manuals and verification processes to ensure compliance before production begins. A warranty of at least 36 months or 36,000 miles is required, covering parts and workmanship defects. The successful offeror must also conduct thorough inspections and submit detailed verification plans to the government to demonstrate compliance with these standards. Overall, the document serves to ensure the procurement of durable, safe, and operationally effective vehicles for military use while adhering to established government specifications.
    The document is a Q&A section related to Solicitation FA461325Q1037 for the purchase of missile maintenance vans, specifically intended for delivery to Francis E. Warren AFB, Wyoming. Key clarifications include that all four vans will be shipped free on board (FOB) to the specified destination and that certain paragraphs in the initial attachments have been removed or confirmed as correct. Notably, the verification requirements and the requirement for a GSA FORM 1398 are no longer applicable. Additionally, the first production vehicle will be inspected upon arrival at the Air Force Base rather than before shipment, with the stipulation that any vehicle not meeting specifications will be returned at no cost to the government. The document emphasizes clarity on requirements and procedural oversight concerning vehicle inspections and specifications, underscoring the formal procurement process in government contracting.
    Lifecycle
    Title
    Type
    Missile Maintenance Van
    Currently viewing
    Solicitation
    Similar Opportunities
    Fourth Gen Rocket Motor Semitrailer (RMS4)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Fourth Gen Rocket Motor Semitrailer (RMS4) program, aimed at developing a replacement for existing rocket motor transportation systems. The procurement is focused on addressing parts obsolescence and ensuring the continued support of the Minuteman III Intercontinental Ballistic Missile system, which requires a new design and Technical Data Package to enhance the fleet's operational capabilities. Interested parties are encouraged to participate in an Industry Day at Hill Air Force Base on December 17, 2025, and must submit visitor information by December 10, 2025, to gain access. Responses to the Sources Sought notice should be directed to Torrey Boggs and Kyle Andersen via email, with a white-paper capability statement due by the specified deadlines.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model, under solicitation FA813226Q0007. The requirements specify a forklift capable of lifting at least 1,000 lbs to a height of 21-22 feet, with a maximum width of 54 inches and operational features including 40-inch forks, an amber strobe light, and passive fall protection. This equipment is crucial for efficient warehouse operations, and the contract is set aside exclusively for small businesses under NAICS Code 333924. Quotes are due by December 12, 2025, at 12:00 PM CST, and must remain valid for 90 days; interested parties should contact Margaret King at margaret.king.1@us.af.mil or 405-736-2456 for further details.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2) as part of a market research initiative. The objective is to evaluate the availability and manufacturability of a replacement that meets specific form, fit, and function requirements, as outlined in the attached documentation. The PTT2 is crucial for the transportation and protection of PSREs, ensuring they remain within operational specifications during transit, particularly for the Minuteman III Intercontinental Ballistic Missile system. Interested parties must submit a capability statement by December 9, 2025, and can direct inquiries to Torrey Boggs or Kyle Andersen via the provided email addresses.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Vehicle Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Vehicle Management Services at Hurlburt Field AFB, Florida. The procurement aims to provide comprehensive management, maintenance, and accountability for the base's vehicle fleet, including government-owned and GSA-leased vehicles, with services encompassing scheduled and unscheduled maintenance, inspections, and specialized mechanics for various vehicle types. This initiative is crucial for ensuring efficient operations of the vehicle fleet, which supports the logistics readiness of the 1st Special Operations Logistics Readiness Squadron. Interested parties can direct inquiries to SSgt Osvaldo Alvarado at osvaldo.alvarado@us.af.mil or TSgt Justin Carroll at justin.carroll.4@us.af.mil, noting that this is a Sources Sought notice for information and planning purposes only, and does not constitute a commitment by the Government.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Buyer not available
    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.
    F18 AIRCRAFT TRANSPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide transport services for one F-18 aircraft from MCAS Miramar, San Diego, California, to Volk Field ANGB, Camp Douglas, Wisconsin. The contractor will be responsible for all personnel, equipment, and logistics necessary to transport the disassembled aircraft, including its fuselage and components, while ensuring compliance with safety and regulatory standards. This procurement is critical for military operations, with an estimated contract value of $40 million, and offers a total small business set-aside opportunity. Interested parties must submit their quotes by December 10, 2025, and direct any questions to the contracting office via email by December 2, 2025.
    FA461325Q0023 Replacement Office Furniture B327/328
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of replacement office furniture for Buildings 327 and 328 at FE Warren AFB in Wyoming. The requirement includes a variety of furniture items such as tables, chairs, desks, and cabinets, along with delivery, installation, and removal of existing furniture, all to be completed within 120 days of award. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliance with safety standards and quality control for operational needs. Interested contractors must submit their quotes by August 29, 2025, and direct any questions to Natalie Martinez or Arthur Makekau via email by August 18, 2025.