FA500025Q0018 Snow Blower Engine Repair
ID: FA500025Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (J025)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Prinoth SW4S snow blower engine under contract FA500025Q0018. The contractor will be responsible for replacing the existing engine with a new short block, salvaging parts from the old engine, and ensuring the equipment meets all operational specifications, including hydraulic system refills and ECU reprogramming. This procurement is crucial for maintaining operational readiness in federal operations, with a total contract value of $20,000. Interested contractors must submit their quotes by 12 PM AKST on March 27, 2025, and can direct inquiries to SSgt Gabriel Hughes at gabriel.hughes.1@us.af.mil or SrA Brian Chambers at brian.chambers.5@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the rebuild and replacement of a Prinoth SW4S Perkins Engine. The contractor is responsible for project management, procurement, and labor to complete the task in accordance with manufacturer specifications. Key tasks include sourcing a new engine short block, disassembling the old engine for salvageable parts, reinstalling the new engine, hydraulic systems, and performing necessary rewiring and ECU reprogramming. Additionally, the contractor must address any other repairs needed beyond the initial scope to ensure the snow blower's full operability. All work must follow safety protocols and be completed efficiently. This SOW highlights the government’s commitment to maintaining operational equipment through precise contractual obligations, reinforcing accountability and adherence to performance standards in federal and local RFP contexts.
    The document FA500025Q0018 outlines various clauses applicable to contractors engaging with the Department of Defense (DoD) under federal government contracts. It includes stipulations regarding compensation for former DoD officials, employee whistleblower rights, compliance with safeguarding information, and antiterrorism awareness training. Specific clauses emphasize the prohibition of certain telecommunications equipment, unique item identification for deliverables costing over $5,000, and reporting requirements for contractors concerning unique item identifiers. The document also details payment instructions through the Wide Area Workflow system, requirements for representations and certifications by offerors, including their business status and compliance with the Buy American Act and federal provisions regarding child labor, sensitive technologies, and restricted business operations. The structured clauses reflect the government’s emphasis on accountability, security, and fair competition within procurement practices, aiming to ensure contractors meet federal standards and maintain integrity in operations. The summary of these clauses underlines the importance of compliance and reporting for contractors working in the federal arena.
    This document outlines the Request for Proposal (RFP) and related clauses for federal contracts, focusing on compliance regulations, representation requirements, and operational protocols for contractors. It specifies various clauses related to employee rights, information safeguarding, unique identification of items, and payment procedures, ensuring contractors are aware of their obligations under federal law. Significant topics include the requirement for contractors to inform employees about whistleblower rights, the prohibition on the acquisition of certain telecommunications equipment, and the importance of item unique identification for tracking and accountability. Additionally, payment instructions via the Wide Area Workflow (WAWF) system are detailed, highlighting electronic submission requirements. The overarching purpose of the document is to ensure transparency, integrity, and accountability in federal contracting processes while emphasizing compliance with legal and regulatory frameworks. This RFP serves as a critical guide for potential contractors to understand their responsibilities and requirements when bidding for government contracts.
    The document outlines a price schedule for a solicitation (FA500025Q0018) regarding snow blower engine repair services. The key component includes the repair of one snow blower engine at a total price of $20,000. Quotes must be submitted via email to designated contract officers by 12 PM AKST on March 27, 2025. Additional contractor information required includes the contractor's address, phone number, terms of warranty, and acknowledgment of any solicitation amendments. The summary emphasizes the formal process of bidding for federal procurement, illustrating the necessary compliance and deadlines for interested contractors. This solicitation demonstrates the government’s commitment to maintaining equipment functionality and ensuring contractors follow specified protocols for submissions.
    The government document is a combined synopsis/solicitation for a Request for Quotation (RFQ) regarding the repair of snowblower engines, designated FA500025Q0018. This procurement is limited to large businesses under NAICS code 811111, with a small business threshold set at $9 million. The award will be a Firm-Fixed-Price contract, delivered to Joint Base Elmendorf-Richardson, AK. Vendors are required to submit a Price Schedule, product data, and complete provisions and clauses. Quotes must be valid for 90 days and must comply with federal regulations, particularly FAR and DFARS clauses. Evaluations will be based solely on pricing, with the government reserving the right to conduct interchanges about the quotes. Each contractor must ensure their SAM registration is current or risk non-consideration for the award. Questions must be directed to specified contacts by the deadline, with quotes due via email by 27 March 2025. This solicitation serves to secure essential engine repair services, supporting operational readiness in federal operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of B-1B Torque Motor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Snow Removal Equipment Rental for Fort Wainwright, Alaska
    Buyer not available
    The Department of Defense is soliciting quotes for the rental of snow removal equipment, specifically two All-Wheel Drive Motor Graders and two Wheel Loaders, to be delivered to Fort Wainwright, Alaska. The procurement aims to support snow removal operations in the Ft. Wainwright Training Areas from January 12, 2026, to February 22, 2026, requiring contractors to provide all necessary personnel, equipment, supplies, and services, including maintenance and compliance with federal and military regulations. Interested small businesses must submit their quotes, including pricing and equipment specifications, by December 15, 2025, with questions due by December 8, 2025; all submissions must comply with SAM registration and various FAR and DFARS provisions. For further inquiries, potential offerors can contact SSG Eric Kim at eric.k.kim.mil@army.mil or MAJ Molly Libowski at molly.a.libowski.mil@army.mil.
    28--BLOWER,ENGINE,EAPS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Blower, Engine, EAPS, under a sole source requirement. The procurement involves the repair, testing, and inspection of specific engine components, which are critical for maintaining operational readiness in military aircraft. Interested contractors must ensure compliance with stringent quality and inspection standards, including ISO 9001/SAE AS9100, and provide a quote that includes either a firm-fixed price or time and materials pricing, with proposals remaining valid for a minimum of 120 days. For further inquiries, potential bidders can contact Katlyn Galetto at katlyn.m.galetto.civ@us.navy.mil or by phone at 215-697-6549.
    Pratt & Whitney Canada (P&WC) PT6C-67C turboshaft engine Maintenance
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified contractors to provide maintenance services for three Pratt & Whitney Canada (P&WC) PT6C-67C turboshaft engines. The primary objective is to inspect, overhaul, repair, and upgrade these engines to the PT6C-67C1 configuration, ensuring they are returned to airworthy status for use as spares in the MH-139A fleet, which supports critical military operations. These engines, currently shelved and non-operational, require comprehensive maintenance and FAA certification to meet military standards. Interested parties must submit their responses by 3:00 PM Eastern time on October 20, 2025, to the designated contacts, Leighton Smith and Jeremy D. Perry, via email, and should include detailed technical capabilities and compliance information as part of their submission.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    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.
    Solicitation - Overhaul of the Stage 1 Nozzle for the T700 Engine
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting bids for the overhaul of Stage 1 Nozzles for the T700 Engine under solicitation number W58RGZ-25-B-0012. The contract is a five-year Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requiring contractors to provide all necessary services, labor, materials, and equipment to accomplish the overhaul, with an estimated quantity range of 85 to 702 units, including a Foreign Military Sales component. This procurement is critical for maintaining the operational readiness of military aircraft, and bidders must comply with specific military standards and submit their bids electronically by the extended deadline of December 8, 2025, at 3:00 PM (CST). For further inquiries, interested parties can contact Andrew E. Cameron or Lindy L. Pinchon via their provided email addresses.
    TURBOSUPERCHARGER,E
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the TURBOSUPERCHARGER,E, as part of its ongoing support for military aircraft operations. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 194 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is crucial for ensuring the reliability and performance of aircraft engine components, which are vital for national defense operations. Interested contractors should submit their quotes, including pricing and RTAT, to Kristen Wardecker at KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL by the specified deadline, with further details available through the provided contact number.
    Overhaul of Dynamic Components on the UH-1N Helicopters
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the overhaul of dynamic components on UH-1N helicopters under solicitation FA8524-26-R-0002. The procurement involves comprehensive services for critical safety items, including Swashplate and Support Assemblies, Scissors and Sleeve Assemblies, Main Rotor Mast Assemblies, and Tail Rotor Hub Assemblies, with a focus on quality assurance and adherence to strict delivery schedules. This contract is vital for maintaining the operational readiness and safety of military helicopters, ensuring that all components meet rigorous standards. Proposals are due by December 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil.
    Diesel Engine
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA LAND WARREN), is soliciting offers for the procurement of 11 diesel engines (NSN: 2815-01-559-2661, Manufacturer Part Number: 0100-4046-FRS), with an option for an additional 11 units. This Firm Fixed Price supply contract requires that offers be submitted electronically, and all proposals must adhere to military packaging and marking standards, including RFID tagging and Unique Item Identification (UII). The engines are critical for military operations, emphasizing the need for reliable and compliant supply chain management. Interested parties should note that the solicitation closing date has been extended to December 12, 2025, at 5:00 PM, and must acknowledge receipt of the amendments to ensure their offers are valid. For further inquiries, contact John P. Moses at john.moses@dla.mil or call 385-591-0890.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.