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, California, is seeking quotations for the procurement of Crash Damaged/Disabled Aircraft Recovery (CDDAR) Storage/Travel Cases. The required items include specific models such as the ATA-300 Part # 84-7477 Trailer Vallet RVR12 Case and various lifting bag cases, which are essential for the secure storage and transportation of critical recovery tools used for aircraft like the C-5, C-17, and KC-46. This procurement is vital for maintaining operational readiness in aircraft recovery scenarios, ensuring that the CDDAR team is equipped with reliable and effective equipment. Interested small businesses must submit their quotations by March 27, 2025, at 13:00 PST, and can contact SrA Nadine Umunyana at nadine.umunyana.1@us.af.mil or 707-424-7793 for further details.

    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CDDAR Trailer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of a Crash, Damaged, and Disabled Aircraft Recovery (CDDAR) Trailer intended for use by the 56th Maintenance Group at Luke Air Force Base in Arizona. The trailer must meet specific operational requirements, including minimum dimensions, structural integrity, and safety features, such as all-terrain capabilities and robust storage solutions. This procurement is critical for enhancing the operational efficiency and safety of military personnel during aircraft recovery operations. Interested small businesses are encouraged to submit their proposals, with the solicitation details available through primary contact Keoni Quanico at keoni.quanico@us.af.mil or 623-856-2726, and secondary contact SSgt Zachary Farel at zachary.farel@us.af.mil or 623-856-2741. The solicitation is set aside for small businesses, emphasizing compliance with federal regulations and specific delivery and inspection criteria.
    58--CASE,CARRYING,HARD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of hard carrying cases, specifically NSN 5860016642548. The requirement includes a total of 12 units, with 5 units to be delivered within 20 days after order and an additional 7 units under the same timeline, emphasizing the urgency of the delivery. These cases are crucial for the secure transport and protection of sensitive equipment, highlighting their importance in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
    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.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    Ford Staircase Truck Vehicle Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for Ford Staircase Truck Vehicle Parts under a Total Small Business Set-Aside. The procurement aims to acquire essential parts to restore the vehicle to safe and serviceable standards, as outlined in technical order TO 36-1-191, for use in embarking and disembarking aircraft at Kadena Air Base in Okinawa, Japan. Interested offerors must submit their quotes by March 21, 2025, with the expectation of delivery to Travis Air Force Base, California, within 90 days of award. For further inquiries, potential bidders can contact Mohammad T. Lotfi at mohammad.lotfi.1@us.af.mil or Keigo Miyagi at keigo.miyagi.jp@us.af.mil.
    Aircraft C-5 Bead Breaker
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an explosion-proof bead breaker designed for tire maintenance on C-5 aircraft. This procurement aims to acquire a hydraulic bead breaker capable of accommodating rim sizes from 11 to 32 inches, with a maximum clamping force of 25,200 lbs, ensuring compliance with safety and operational standards. The bead breaker is critical for maintaining the operational readiness of military aircraft, emphasizing the importance of durable and safe equipment in tire maintenance operations. Interested vendors, particularly those classified as small businesses, must submit their proposals by March 25, 2025, and can direct inquiries to Alex Arnold at alex.arnold.4@us.af.mil or by phone at 413-557-2493.
    10--CASE,CARRYING,CAMOU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of carrying cases (NSN 1080014610156) under a Combined Synopsis/Solicitation notice. The requirement includes a total quantity of 374 units, with a guaranteed minimum of 56 units, to be delivered within 163 days after order placement, potentially resulting in an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $250,000. These carrying cases are essential for military operations and will be shipped to various domestic and overseas DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Automated Tool Kits
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of Automated Tool Kits, as outlined in the Request for Quote (RFQ) FA301625Q0071. The primary objective is to acquire automated tool cabinets designed for Vehicle Maintenance and Management Airmen, featuring specifications such as a compact design, keyless entry, and a touch screen interface to enhance operational efficiency and tool management. This initiative is crucial for ensuring the proper organization and accountability of maintenance equipment, thereby supporting military readiness. Interested vendors must submit their proposals by 10:00 AM CST on March 17, 2025, and can direct inquiries to Deshawn Smith at deshawn.smith.4@us.af.mil or Carlos Castillo at carlos.castillo.11@us.af.mil.
    Travis AFB Hangar FCX Power System Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.
    Request for Information - Tunner 60K Aircraft Cargo Loader
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources capable of sustaining the Tunner 60K Aircraft Cargo Loader. The RFI focuses on four key areas: pipeline/material management, sustaining engineering, repair, and overhaul, aiming to gather insights from both large and small businesses, including joint ventures. The Tunner 60K ACL is critical for military logistics, facilitating the efficient transport of cargo, and maintaining its operational readiness is essential for military operations. Interested parties must submit their responses by April 11, 2025, and can direct inquiries to Deborah Simmons at deborah.simmons@us.af.mil or Tiffany Davis-Patterson at tiffany.davis-patterson@us.af.mil.