Brand Name or Equal - Jet Dock - Tyndall AFB
ID: FA481925Q0017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4819 325 CONS PKPTYNDALL AFB, FL, 32403, USA

NAICS

Boat Building (336612)

PSC

PONTOONS AND FLOATING DOCKS (1945)

Set Aside

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

    The Department of Defense, specifically the United States Air Force, is seeking proposals for the procurement of a floating docking system, brand name Jet Dock or equal, to support small boat launch and recovery operations at Tyndall Air Force Base in Florida. The required dock system is designed to accommodate a 29-foot vessel weighing under 13,000 lbs, enhancing preventive maintenance by lifting the boat out of the water to reduce marine life buildup. This solicitation is part of a Total Small Business Set-Aside initiative, with a submission deadline for quotes set for June 17, 2025, and a validity period for offers extending until September 30, 2025, contingent on funding availability. Interested vendors should direct their inquiries and proposals to Matt Pierce at matthew.pierce.13@us.af.mil or contact SSgt Firas Aldarawcheh for further assistance.

    Files
    Title
    Posted
    The document outlines various segments related to federal and state government requests for proposals (RFPs) and grants, emphasizing the regulatory framework and compliance measures necessary for potential contractors. It discusses the necessity for agencies to adhere to defined standards when submitting proposals, which may include technical, financial, and operational criteria. The emphasis is placed on deadlines, eligibility requirements, and the evaluation process for submissions. Furthermore, the document provides guidance on preparing compliant proposals that align with governmental objectives, potentially impacting the public sector's efficiency and transparency. It highlights the importance of clear communication between agencies and vendors, along with the need for technical specifications and the potential for grants to facilitate initiatives that address community needs. The overall aim is to promote accountability in the funding process and ensure that projects meet the anticipated outcomes for public service enhancement. Understanding these guidelines is crucial for stakeholders aiming to engage in governmental contracts, thereby fostering successful collaborations within established legal and operational parameters.
    The Air Force Civil Engineer Center (AFCEC/COMX) requires the procurement of 40 Heavy Weight Fairlead Beam Assemblies with three rollers to enhance aircraft arresting systems at Department of the Air Force installations. Contractors must either hold FAT approval from AFLCMC or complete First Article Testing (FAT) to prove capability to meet strict technical specifications and documentation requirements. Compliance with standards such as ASME and AWS is necessary for the fabrication process. Technical specifications include specific part numbers, paint and primer requirements, and detailed drawings provided as attachments. The FAT process is mandatory for non-approved contractors and includes specifies timelines for submission and review. Delivery protocols emphasize the importance of condition upon arrival, with AFCEC/COMX having the authority to refuse damaged shipments. This document serves as a comprehensive Statement of Work outlining critical parameters for contractors to fulfill the Air Force's operational needs effectively.
    The combined synopsis/solicitation for Heavy Weight Fairlead Beam Assemblies at Tyndall AFB, FL, is a request for quotations (RFQ) (Solicitation No. FA481925Q0017) aimed at acquiring 40 units of these specialized assemblies to support aircraft arresting systems. This solicitation is set aside for small businesses and falls under NAICS code 336413. Interested offerors must submit two volumes: Volume 1 for pricing and Volume 2 for technical proposals, the latter limited to 7 pages. The delivery is mandated within 14 months, with specific terms including a FOB destination at Tyndall AFB. Proposals will be evaluated based not only on price but also on the technical approach, particularly addressing the contractor's understanding of the fabrication process and their First Article Test (FAT) protocol. Acceptance of offers requires adherence to numerous FAR clauses and submission of various forms, primarily via email by May 2, 2025. The document outlines detailed provisions for the evaluation methodology, submission instructions, and compliance requirements to ensure the selected contractor meets all specifications necessary for fulfilling the contract.
    This document is a combined synopsis/solicitation for Heavy Weight Fairlead Beam Assemblies at Tyndall Air Force Base, Florida, issued as a Request for Quotation (RFQ). The Air Force Civil Engineer Center has a requirement for 40 heavy weight fairlead beams to support aircraft arresting systems across installations. The solicitation is a small business set-aside under NAICS code 336413, with a delivery deadline of June 30, 2026. Offerors must submit a complete proposal consisting of two volumes: Volume 1 for Price and Volume 2 for Technical Approach, including details on fabrication tools and processes. Proposals must comply with the guidelines outlined, including price reasonableness evaluation and technical capability assessment based on the quality of the solution provided. Key evaluation factors include price and technical approach, with the possibility of award beyond the lowest price if it serves the Government's best interest. The proposal submission deadline is May 2, 2025, with contact points for inquiries specified. The document underscores strict compliance with solicitation requirements and emphasizes the importance of meeting all technical and pricing criteria for eligibility.
    The document details a solicitation Q&A for the installation of a floating dock at Tyndall Air Force Base in Florida. Key details include the installation location, which requires tidal considerations and specifies a 29-foot boat with an 8-foot 6-inch beam. The contractor is responsible for trash transportation and is not required to have a prime superintendent on site. The solicitation requires offers by June 17, 2025, and mandates compliance with a Florida Department of Environmental Protection (FDEP) permit for installation. No demolition of existing structures is needed, and the dock will be connected to an existing structure. Power is available at the site, and there are no specific environmental restrictions, although a clear haul route and disposal site are confirmed. Notably, Longshoreman Workers Compensation Insurance is not required for this project. This document serves as a crucial reference for contractors bidding on the project, ensuring clarity on specifications, requirements, and deadlines.
    The Air Force Civil Engineer Center (AFCEC) seeks proposals for the assembly and supply of 40 Heavy Weight Fairlead Beam Assemblies, structured with three rollers/sheaves, to support aircraft operations at Department of the Air Force installations. Contractors must adhere to specified production standards before fulfilling the contract, which includes passing a First Article Test (FAT) unless previously qualified as an authorized vendor. The document outlines stringent requirements for compliance with national standards, precise fabrication methods, and detailed technical specifications including material types and painting requirements. The contractor is also responsible for the timely submission of CAD drawings and the first article for government inspection. An operational protocol for shipping and delivery is provided, with conditions for refusal of equipment that does not meet integrity standards upon arrival. The process prioritizes thorough checks to ensure functionality and compliance, allowing the government to retain the approved first article as a benchmark for future production. Key contacts for the project are identified for contractor coordination. This RFP reflects the government's commitment to ensuring quality manufacturing and operational readiness in its aircraft arresting systems.
    The document outlines a solicitation for the installation of a floating dock at a specified site. It details the requirements for contractors interested in responding to the RFP, including technical specifications for the dock, installation procedures, and safety regulations that must be adhered to throughout the project. The solicitation emphasizes the importance of environmental considerations in the installation process, requiring bidders to provide evidence of compliance with relevant federal, state, and local regulations. The document also establishes a timeline for the project, outlining key deadlines for proposal submissions and expected completion dates. Through this solicitation, the government aims to engage qualified vendors for the successful installation of a floating dock that meets all outlined specifications and regulatory requirements, reinforcing the commitment to sustainability and safety in public infrastructure projects.
    The document pertains to the fulfillment of requests for drawings related to specific government part numbers for various components involved in an assembly. The inquiry includes a request for drawings on a bearing, brush, bracket, and retainer, all critical for quoting and machining the parts accurately. The response clarifies that the manufacturer's part number for the bearing is 52-C-2233-1, and provides additional details regarding the assembly part number, indicating the required information is located in the attached drawings. This exchange underscores the necessity for precise documentation and referencing in the context of federal RFPs, essential for ensuring that supplies meet government standards and requirements for procurement and assembly. The clear communication indicates a structured process that supports manufacturers in accurately preparing their quotations for government contracts.
    This specification document outlines the procurement of a drive-on floating dock for Tyndall Air Force Base in Florida. The required dock is designed to enhance preventive maintenance by lifting a 29-foot vessel, weighing under 13,000 lbs, out of the water, thus reducing marine life buildup and prolonging the service life of the boat. Key requirements include a modular dock system measuring 15' x 35' that supports the size and weight of the vessel. The supplier is responsible for assembly and installation, with necessary tracking information to be provided prior to shipment. Contact details for the purchasing agent, Matt Pierce, are included for coordination purposes. Overall, the document emphasizes the need for a specific floating dock solution to meet operational maintenance needs at the airbase.
    The document is a solicitation for a government contract directed at women-owned small businesses (WOSB), detailing the requirements for a floating dock at Tyndall Air Force Base (AFB). It provides essential information such as the solicitation number, due date for offers, and the nature of the product required—a drive-on dry-docking system for watercraft up to 30 feet long. The solicitation outlines the fundamental aspects of the acquisition, including applicable Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) requirements. Additionally, it describes the unique item identification process for items worth over $5,000, emphasizing compliance with established marking and reporting protocols. The document also highlights service requirements and contractor responsibilities for safety, health, and environmental considerations during project execution. Overall, this solicitation represents the federal government's effort to encourage participation from small businesses in fulfilling its procurement needs while adhering to compliance and quality standards.
    The document outlines the Women-Owned Small Business (WOSB) Solicitation/Contract for commercial products and services, specifically focusing on the acquisition of a floating dock for Tyndall Air Force Base. The requisition number FA481925Q00160001 highlights critical dates including the offer due date of June 17, 2025, and the effective date of May 29, 2025. The solicitation indicates a firm-fixed-price arrangement for one unit, emphasizing the need for a drive-on dry-docking system for watercraft up to 30 feet in length. It also incorporates various Federal Acquisition Regulation (FAR) clauses regarding contract terms, conditions, and payment protocols, including mandates for the electronic submission of payment requests. Special contract requirements emphasize compliance with safety regulations, the prohibition of certain substances, and the importance of utilizing small business concerns, including economically disadvantaged and service-disabled veteran-owned entities. Attention is drawn to the requirements for unique item identification in compliance with Department of Defense specifications, ensuring effective tracking and management of the necessary equipment. The contract ultimately aims to enhance operational capabilities while supporting small businesses and adhering to federal guidelines.
    This document is an amendment to an existing government solicitation (FA481925Q0016) that extends the submission deadline for offers and updates related information for contractors. The original closing date of June 11, 2025, has been changed to June 17, 2025, allowing additional time for prospective offerors to prepare their responses. The amendment instructs contractors to acknowledge receipt of this change to avoid disqualification of their offers. Key modifications include the extension of the validity period for submitted quotes until September 30, 2025, contingent on fiscal year 2025 funding availability. The guidelines for evaluating the offers have also been refined, emphasizing that the government will award the contract based on price and technical capabilities. Vendors will be assessed according to their proposed Total Evaluated Price and must meet the solicitation's requirements to be considered acceptable. This amendment highlights necessary adjustments to the solicitation process, reflecting the federal government’s commitment to ensuring due diligence and transparency while facilitating a fair bidding environment. The document is structured with clearly numbered sections outlining the solicitation’s modifications and requirements, ensuring that all parties are aware of the updates and necessary actions to maintain compliance within the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    20--CRADLE,BOAT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a boat cradle (NSN 2090013091819) intended for delivery to the USNS Joshua Humphreys (Hull T AO 188). The solicitation is for one unit, with a delivery timeline of 20 days after award, and the approved source for this item is 63504 D406560. This procurement is crucial for maintaining operational readiness and support for naval vessels, ensuring they are equipped with necessary marine equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    Wave Gliders
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    20--ANCHOR,MARINE,FLUKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 72 marine fluke anchors under solicitation number 2040015186911. The requirement is set aside for small businesses, emphasizing the importance of supporting small enterprises in defense contracting. These anchors are critical components for various marine operations, ensuring the reliability and safety of naval vessels. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    20--ANCHOR,MARINE,FLUKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 11 units of the Marine Fluke Anchor (NSN 2040012480379). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this hardware manufacturing opportunity, which falls under the category of ship and marine equipment. The successful vendor will be required to deliver the anchors to the General Depot of Naval Supplies within five days after the order is placed. Interested parties must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    20--ANCHOR,MARINE,FLUKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 11 units of the Marine Fluke Anchor, identified by NSN 2040012480379. This solicitation is part of a total small business set-aside and aims to ensure timely delivery to the General Depot of Naval Supplies within five days after order. The Marine Fluke Anchor is critical for naval operations, serving as essential ship and marine equipment. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    Spud Barge CE 869 Dry Dock
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, is seeking quotes for the dry docking and repair of the Spud Barge CE 869, under a total small business set-aside contract. The project entails extensive repairs including hull plating renewal, structural framing, and modifications to spud wells, along with compliance to strict quality control and safety protocols. This contract is critical for maintaining marine equipment essential for national defense and emergency preparedness, with a target dry dock entry date of March 23, 2026, and completion required within 60 calendar days of vessel delivery. Interested contractors must submit their quotes by January 5, 2026, and can contact Taylor H. Brandon or Karen D. Hargrave for further information.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.