PKB- CDDAR Storage/Travel Cases-Brand Name
ID: FA442725Q1040Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Other Metal Container Manufacturing (332439)

PSC

SPECIALIZED SHIPPING AND STORAGE CONTAINERS (8145)

Set Aside

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

    The Department of Defense, specifically the 60th Maintenance Squadron at Travis Air Force Base, is seeking quotations for the procurement of specialized Crash Damaged/Disabled Aircraft Recovery (CDDAR) Storage/Travel Cases. The required items include four specific models of Wilson Cases designed for secure storage and transportation of critical recovery tools for aircraft such as the C-5, C-17, and KC-46, emphasizing the importance of maintaining operational readiness in aircraft recovery scenarios. Interested small businesses must submit their quotations by March 27, 2025, at 13:00 PST, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential contractors can contact SrA Nadine Umunyana at nadine.umunyana.1@us.af.mil or 707-424-7793.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for determining the responsibility of prospective contractors in federal procurement, as stipulated by FAR 9.103 and FAR 9.104-1. Key policies emphasize that purchases must be made from responsible contractors, with a thorough assessment of their financial resources, delivery capabilities, past performance, integrity, organizational competencies, and necessary technical equipment. Prospective contractors must provide documentation supporting their qualifications, including recent financial statements, delivery capability, past performance records, and certifications regarding integrity and accuracy of information. The overarching aim is to ensure that contracts are awarded to contractors that not only present the lowest bid but also demonstrate reliability to avoid future performance issues. This thorough vetting process is crucial in maintaining effective and responsible spending of government funds, supporting the integrity of federal contracts, and aligning with broader goals in managing RFPs and grants across various levels of government.
    The 60th Maintenance Squadron at Travis Air Force Base, California, requires specific storage and travel cases for their Crash Damaged/Disabled Aircraft Recovery (CDDAR) team. The requested models include Wilson Cases designed for the secure storage and transportation of recovery tools and equipment necessary for aircraft like the C-5, C-17, and KC-46. Four types of cases are outlined, each with detailed specifications including outer and inner dimensions, material construction, and unique features such as removable panels and weather sealing. Contractors must provide customization options, ensure protection against elements, capability for stacking, and safe transportation on uncovered trailers. Additionally, a one-year warranty and shipping costs are to be included, with delivery to be made within 30 days post-award. This Request for Proposal (RFP) emphasizes the need for reliable equipment essential for maintaining operational readiness in aircraft recovery scenarios, reflecting the federal commitment to equipping military operations effectively.
    The document is a "Single Source Justification" pertaining to a Simplified Acquisition process within a federal government context. It aims to rationalize the selection of a single vendor for procurement without competitive bidding. Key components include the necessity for such an action, specifying how the vendor uniquely fulfills the requirement, particularly highlighting qualitative factors that support the choice. It emphasizes compliance with federal procurement regulations that permit single-source selections when certain criteria are met, like technical expertise or unique capabilities not available from other sources. The justification outlines essential details supporting the vendor's selection while maintaining adherence to the necessary procedural controls. Overall, the document serves to substantiate a justifiable, non-competitive procurement approach for the government’s needs, ensuring proper governance over federal spending.
    The TAFB Security document outlines the security requirements for contractors seeking access to Travis Air Force Base (TAFB), a closed military installation. Contractors must undergo identity proofing and vetting, including checks from the National Crime Information Center (NCIC). A valid government security clearance may exempt contractors from some vetting. The document specifies acceptable forms of identification and emphasizes the contractor's responsibility to ensure compliance with employee vetting and entry protocols. It details disqualifiers for access, including criminal convictions and watch list status, and describes the primary contractor's obligations including coordination of base access and reporting changes in employee status. Contractors must apply for base passes well in advance and comply with entry procedures, particularly during elevated Force Protection Conditions (FPCONs). In addition, the document mentions Operations Security (OPSEC) requirements and mandates training for contractors regarding antiterrorism and information protection. Overall, this comprehensive document serves as a guideline to enhance security and oversight for contractors at TAFB, ensuring safety and compliance with federal regulations.
    The 60th Contracting Squadron at Travis Air Force Base has issued a Request for Quotation (RFQ) for a Firm Fixed Price contract to procure CDDAR Storage/Travel Cases, designated by solicitation number FA442725Q1040. This RFQ is set aside exclusively for small businesses, and interested offerors must submit quotations by 27 March 2025, at 13:00 PST. The document outlines that this combined synopsis/solicitation adheres to Federal Acquisition Regulation (FAR) standards and emphasizes the necessary technical capability, pricing, and compliance documentation required from bidders. Offerors must demonstrate their capacity to fulfill the contract's specifications and ensure their representations and certifications are current in the System for Award Management (SAM). The evaluation criteria include technical capability and total price. The memo also specifies essential clauses and provisions related to telecommunications and potential conflicts of interest regarding contractors. To facilitate the acquisition process, detailed supplier information is mandated, alongside a statement of financial capability to deliver the required items. The document underscores the importance of compliance with federal regulations and solicitation requirements for ensuring fair and responsible contracting.
    The 60th Contracting Squadron at Travis Air Force Base issued a Request for Quotation (RFQ) for CDDAR Storage/Travel Cases, under solicitation number FA442725Q1040. This RFQ intends to establish a Firm Fixed Price contract entirely reserved for small businesses. Responses are due by March 27, 2025, at 13:00 PST. The RFQ follows the Federal Acquisition Regulation (FAR) format for commercial items, specifically utilizing simplified procedures. Offerors must submit detailed descriptions and specifications of their proposed solutions, as well as financial capability confirmations and necessary certifications. The evaluation will focus on technical capability and pricing, and quotations exceeding the minimum requirements may provide the government with additional benefits. All vendors must be registered in the System for Award Management (SAM) and adhere to a series of compliance requirements related to telecommunications equipment, ensuring alignment with federal regulations. The memorandum also provides critical points of contact and specifies the inclusion of various clauses in compliance with laws and executive orders applicable to commercial acquisitions. This solicitation underscores the government's commitment to encouraging small business participation in federal contracting.
    The 60th Maintenance Squadron at Travis Air Force Base, California, seeks procurement of specialized storage/travel cases for their Crash Damaged/Disabled Aircraft Recovery (CDDAR) team. The required items include four models of Wilson Cases: a Trailer Valet, two types of Lifting Bag Cases (15 Ton and 26 Ton), and a Console Case, with specific quantities detailed. Key specifications encompass dimensions, material requirements, and features like removable panels and stenciled insignias. The contractor must ensure the cases provide elemental protection, efficient space utilization, and safe transit capabilities on open trailers. Proposals should include a one-year warranty and shipping costs, with delivery expected within 30 days to a specified address post-contract award. This request illustrates the federal government's ongoing efforts to ensure military readiness and effective recovery operations through proper equipment acquisition.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    17--TRANSPORTABILITY KI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Transportability Kit (NSN 1740016683886). This solicitation, categorized as a Total Small Business Set-Aside, requires the delivery of one unit to DLA Distribution within 167 days after the order is placed, with specifications provided by the approved source 1T765 HM025-200-31. The Transportability Kit is crucial for aerospace craft launching, landing, ground handling, and servicing operations, underscoring its importance in military logistics. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to DibbsBSM@dla.mil.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    28--CASE,COMPRESSOR FRT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a compressor case, identified by NSN 7H-2835-011463530-A1. The procurement involves a quantity of 11 units to be delivered to DLA Distribution San Diego, California, and is classified under the PSC code 2835, which pertains to gas turbines and jet engines. This component is critical for military applications, and the government has determined that it is uneconomical to acquire the data or rights necessary for alternative sourcing or reverse engineering. Interested parties are encouraged to contact Leigh E. Catchings at (717) 605-2864 or via email at LEIGH.E.CATCHINGS.CIV@US.NAVY.MIL for further details, and must respond within 15 days of this notice to express their interest and capability to meet the requirements.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    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.
    PARTS KIT, SERVO CYL | 06F | C-130
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide a Parts Kit for the Servo Cylinder associated with the C-130 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 160 units, to be delivered within 300 days after receipt of order. The parts are critical for maintaining aircraft hydraulic systems, ensuring operational readiness and safety. Interested vendors must be certified by the Department of Defense to access the necessary technical data and can find the solicitation on the DLA Internet Bid Board System (DIBBS) around November 19, 2025; inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.