CDDAR Program Tow-Mat Kit
ID: FA445224Q0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4452 763 ESSSCOTT AFB, IL, 62225-5020, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

Set Aside

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

    The Department of Defense requires a Crash Damage or Disabled Aircraft Recovery (CDDAR) Program Tow-Mat Kit for use in Fort Liberty, North Carolina. This is a small business set-aside procurement governed by commercial item provisions.

    The scope of work involves providing a Mobi-mat® Tow-Mat™ Kit #8 or an equivalent product that can withstand outdoor conditions and facilitate easy transportation and assembly. The kit must include specific quantities of interlocked mats, stakes, and connectors, as detailed in the CLIN schedule. Vendors are responsible for delivering the kits to Pope AAF, North Carolina, with shipping charges included in the overall cost. There may be an element of installation assistance required.

    Eligibility criteria emphasize small businesses that can provide the brand name product or an equivalent. Applicants should be registered in the System for Award Management and must submit quotes on company letterhead, along with product literature.

    Funding and contract details indicate a firm-fixed price contract for the supply of the kits, with an additional fixed price for shipping. Key dates include question and quote submission deadlines in July and August 2024.

    The evaluation of quotes will consider factors such as price reasonableness, delivery time, product quality, and brand name equivalence. In case of equivalent products, affordability and suitability will be given weightage.

    For any clarifications, vendors can contact Marc A. Lopez, the Contracting Officer, at marc.lopez.2@us.af.mil.

    This opportunity has a quick turnaround, with vendors required to submit their offers by the deadline stated in the Request for Proposal (RFP).

    Point(s) of Contact
    Files
    Title
    Posted
    The primary objective of this procurement is to obtain Mobi-mat Tow-Mat Kit #8 or equivalent products for a firm-fixed price. These kits are essential for creating temporary roads or pathways, primarily comprised of interlocked mats, connecting accessories, and stakes. The kit's components include various sized mats with specific weight bearings, ensuring stability and durability. Vendors must supply the exact products listed, including the stated manufacturer's part number, making the procurement very specific. The scope involves delivering the kits to Pope AAF, North Carolina, adding an additional firm-fixed price for shipping charges. The contracting party would need to ensure safe delivery and possibly assist with the installation, although the details are unclear from the information provided. This procurement likely has an urgent or immediate requirement, as Amendment 01 suggests a quick turnaround. Vendors had to submit their offers by the deadline indicated in the RFP to be considered. The evaluation of proposals will likely focus on the affordability and suitability of the offered products, with additional consideration of past performance and qualifications.
    The government agency seeks an updated tow mat kit for its CDDAR program and has issued Amendment 01 to revise the specifications. Vendors are instructed to use the amended CLIN schedule for their quotes, while all other aspects of the solicitation remain unchanged. The focus is on procuring a revised brand name product for CLIN 0001, emphasizing a specific description and potential brand requirements. Quotes must adhere to the amended schedule, with no alterations to other sections. Marc A. Lopez, the Contracting Officer, emphasizes this in the file's contents.
    The government seeks quotes for a crash damage and disabled aircraft recovery program, specifically a Mobi-mat® Tow-Mat™ Kit #8 or an equivalent product. Vendors must submit a quote on company letterhead and product literature if proposing an alternative brand. The emphasis is on small businesses, with a 90-day delivery target after the award. The evaluation criteria focus on price reasonableness and quoted items, with brand name or equal products given preference. The procurement is governed by commercial item provisions, and vendors must register in the System for Award Management. Key dates include question and quote submission deadlines, both occurring in July and August 2024. The required Tow-Mat™ Kit is part of a larger effort to enhance aircraft recovery capabilities.
    The primary objective of this procurement is to acquire a Mobi-mat Tow-Mat Kit, which includes specific quantities and sizes of mats, stakes, and connectors. The kit is required to have the capacity to withstand outdoor conditions and facilitate easy transportation and assembly. This product is intended to be purchased at a firm fixed price. The vendor will be responsible for delivering the kits to Pope AAF, North Carolina, adding corresponding shipping charges to the overall cost. The evaluation of proposals will likely prioritize factors such as price, delivery time, and product quality to determine the most suitable supplier for this requirement. Key dates and other administrative details are not provided in the information furnished.
    Lifecycle
    Title
    Type
    CDDAR Program Tow-Mat Kit
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    EAFB CDDAR Slings
    Active
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota, is soliciting quotes for the procurement of CDDAR slings, specifically eight units that meet stringent specifications for aircraft recovery operations. The required slings must be constructed of webbed nylon or synthetic polyester, with specific dimensions and load capacities, including a minimum vertical load capacity of 45,000 pounds and backing load capacity of 99,000 pounds, ensuring compliance with ASME B30.9-2018 standards for safety and reliability. This procurement is a total small business set-aside under NAICS Code 332618, with quotes due by September 13, 2024, and delivery expected by January 1, 2025. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Matthew Cotton at matthew.cotton.1@us.af.mil or Ross Duval at ross.duval@us.af.mil.
    F-16 Fixture Assembly
    Active
    Dept Of Defense
    The U.S. Department of Defense is seeking a firm to provide comprehensive packaging and preservation services for the F-16 Fixture Assembly, a complex project involving meticulous standards and specialized equipment. The aim is to ensure the safe transportation and delivery of goods, adhering to military and international regulations. This solicitation focuses on the packaging, marking, and inspection of sensitive materials, including hazardous goods, according to standards such as MIL-STD 2073-1 and MIL-STD 129. The selected contractor will be responsible for developing innovative packaging solutions, ensuring compliance, and reporting any discrepancies. While the SOW emphasizes the meticulous nature of the work, including stringent deadlines, the RFP outlines a rigorous qualification process for vendors, emphasizing the government's focus on precision and compliance. Contractors must meet the detailed specifications outlined in the source selection criteria, with eligibility also dependent on successful facility and capability assessments. Interested parties should submit quotations by September 9, 2024, with compliance and price being key evaluation factors. Note that this opportunity is not a small business set-aside and restricted to qualified sources only. The estimated value of the contract is in the range of several hundred thousand dollars.
    MCP Tent Components 08/29/2024
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking oral quotations for the procurement of specific tent components, including camouflage green fabric bags and roof cap assemblies for the SICPS Modular Command Post Tent. The procurement includes 1,500 fabric bags and 150 roof cap assemblies, with delivery required at VSTJ, Pendergrass, GA, and a First Article submission due 75 days post-award. This acquisition is crucial for maintaining operational readiness and support for military operations, adhering to the Berry Amendment which mandates that clothing and textile items must be produced in the United States. Interested vendors can obtain the RFQ document from Salvatore D’Amico via email, with oral quotations due by 3 PM ET on September 19, 2024.
    Aerial Cargo Platforms Parachutes
    Active
    Dept Of Defense
    The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is seeking proposals for the procurement of aerial cargo platforms parachutes and related air delivery equipment. This procurement aims to support the U.S. Army Security Assistance Command (USASAC) and is expected to result in a Firm Fixed Price (FFP) contract, adhering to the Berry Amendment rules. The solicitation, identified as RFQ W91CRB-24-R-PARA, emphasizes the importance of maintaining air delivery capabilities and requires interested vendors to demonstrate technical compliance with specifications, provide quotes valid for 90 days, and be registered in the System for Award Management (SAM). Quotes must be submitted via email by 10:00 AM EST on September 23, 2024, with the evaluation based on a Lowest Priced Technically Acceptable (LPTA) approach. For further inquiries, interested parties may contact Antoinette Coward at antoinette.w.coward.civ@army.mil or Shelby A. Saum at shelby.a.saum.civ@army.mil.
    SOURCES SOUGHT NOTICE: Double V-Hull A1 (DVHA1) Extended Tow Bar Delta Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought Notice to identify potential suppliers for the DVHA1 Extended Tow Bar Delta Kits, essential for emergency towing of vehicles within the Stryker Family of Vehicles. The procurement involves a requirement for 36 units of the kits, which include various components such as brackets and assemblies, and are crucial for operational readiness in military contexts. Interested U.S. companies must demonstrate their capability to manufacture these kits, handle classified information at the SECRET/No Foreign Nationals level, and provide detailed responses to a series of questions regarding their experience and facilities. Responses are due by October 4, 2024, and should be submitted electronically to the designated contacts, Ryan Heuchert and the PEO GCS Mailbox.
    Field Sanitation Kit
    Active
    Dept Of Defense
    The US Department of Defense, Defense Logistics Agency (DLA) Troop Support seeks vendors for the production and supply of Field Sanitation Kits under a forthcoming Request for Proposal (RFP). These kits are essential for troop deployments, providing them with critical sanitation and preventative medicine items. The contract, to be awarded to a small business, will be an Indefinite Delivery, Indefinite Quantity agreement with potential four-year terms. With a focus on low price and technical acceptance, the RFP's release is anticipated on September 15, 2024, and interested parties will need Adobe Reader to view the details.
    MARITIME TAC KIT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the MARITIME TAC KIT. This contract requires the manufacture and supply of the kit, adhering to strict quality and packaging standards as outlined in military specifications, including MIL-STD Packaging and Government Source Inspection. The MARITIME TAC KIT is critical for military operations, ensuring that personnel have the necessary equipment for maritime tasks. Interested contractors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by September 13, 2024, with a firm-fixed price proposal and detailed cost breakdown. For further inquiries, potential bidders can contact her at 717-605-1306.
    25--PARTS KIT,SOFT TOP
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement opportunity involving a Parts Kit for a Soft Top, identified by NSN 2540013298073. The procurement includes two lines: the first requires 170 units to be delivered within 332 days after order, and the second requires 1 unit to be delivered within 60 days after order. These parts are critical for vehicular equipment components, emphasizing their importance in maintaining operational readiness for military vehicles. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    68 RQS - Parachute Gear
    Active
    Dept Of Defense
    The Department of Defense, through the Davis-Monthan Air Force Base, is soliciting quotes for the procurement of various parachute gear, specifically targeting small businesses under a Total Small Business Set-Aside. The requirement includes a range of parachute equipment, such as United Parachute Technologies Vector 3 Harnesses and Performance Designs Sabre 3 Main Canopies, with a total of 25 line items specified for purchase. This equipment is critical for military operations, ensuring safety and operational efficiency in parachuting activities. Interested vendors must submit their quotes by September 12, 2024, with all questions due by September 10, 2024. For further inquiries, contact Gavin Corcoran at gavin.corcoran.1@us.af.mil or 520-228-5484.
    INSTALLATION KIT,VE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 900 Installation Kits, VE (NSN 2540-01-706-1173), as part of a total small business set-aside contract. The kits are to be delivered to Red River, Texas, with a required delivery timeframe of 250 days, and the procurement will follow "best value" evaluation criteria, considering price, past performance, and delivery. These kits are critical for vehicular applications, and interested suppliers must submit their proposals electronically via DIBBS or email to Jennifer L. Payne at Jennifer.payne@dla.mil by the specified deadlines, with the solicitation expected to be available online starting September 9, 2024.