ABDR TRAILERS
ID: FA8100-25-Q-B001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8100 AFSC PZIECTINKER AFB, OK, 73145-9125, USA

NAICS

Travel Trailer and Camper Manufacturing (336214)

PSC

TRAILERS (2330)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking proposals for the procurement of Aircraft Battle Damage Repair (ABDR) Trailers under Solicitation Number FA8100-25-Q-B001. The objective is to produce and deliver a total of eighty-three ABDR Trailers that will support military operations at various overseas locations, designed to withstand harsh environments and equipped with non-hazardous tools and materials for rapid aircraft repairs. These trailers are critical for enhancing operational readiness and ensuring effective maintenance capabilities in wartime scenarios. Interested vendors must submit their quotes by June 20, 2025, and are encouraged to contact Brent Rockow or Tanner Mullins via email for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The ABDR Trailers RFP (FA8100-25-Q-B001) outlines the government's procurement process for specialized trailers, soliciting vendor inquiries about specifications and requirements. Key topics include set-aside requirements for small businesses, confirmation of trailer design specifications, and clarifications on quantities for production. The government rejected requests for alterations in manufacturing methods and materials (e.g., considering aluminum over steel) and indicated that specific components, such as foldable tongues and VIN plates, are mandatory. It also highlighted the production capability after initial approvals, correcting quantity errors in the draft solicitation from 45 to a maximum of 9 trailers per year, with a stipulation for monthly delivery rates. Additionally, the trailers will undergo testing per military standards, and a maximum speed requirement of 25 MPH was included in the Statement of Work. The documentation emphasizes the rigid structure of the procurement specifications and reinforces the importance of adherence to established standards, ensuring that the requirements shape successful proposals while maintaining operational integrity for their intended application within military services.
    The document outlines a Request for Proposal (RFP) related to the procurement of Aircraft Battle Damage Repair (ABDR) Trailers. It specifies the requirement for contractors, including a request for information regarding the business size classification (large or small) and necessary contractor details like Company Name, CAGE Code, UEID, and a Company Point of Contact (POC). The form appears to serve as an organizational tool for gathering contractor responses, specifically aiming to clarify any inquiries about the ABDR trailers. The reference to document attachments indicates that more detailed specifications or requirements may be provided in supplementary materials. Overall, the document functions as a preliminary framework for engaging with contractors to ensure compliance with specific requirements for supporting aircraft repair needs in a military context.
    The Statement of Work (SOW) outlines the requirements for producing Aircraft Battle Damage Repair (ABDR) Trailers for the Air Force. The trailers must support operations at various overseas locations, conform to specified military standards, and withstand harsh environments. Key components include tooling cabinets, non-hazardous tools and materials, durable construction, and systems for efficient maintenance and operation in wartime scenarios. Specific design features include integrated cabinetry and effective storage for tools, materials, and workstations, along with electrical and pneumatic capabilities. The trailers should be transportable, equipped with safety features, and compliant with rigorous environmental resistance criteria. The SOW details a multi-review process for design approval, ensuring all trailers meet specifications before shipment. Deliverables encompass one first article trailer with the potential for further production, alongside various technical manuals and data that ensure long-term sustainment. This project demonstrates a commitment to enhancing military readiness by equipping forces with essential repair capabilities in the field.
    The document outlines the request for proposals (RFP) for Aircraft Battle Damage Repair (ABDR) Trailers, detailing pricing structures and evaluation metrics for potential contractors. It includes a breakdown of Contract Line Item Numbers (CLINs), specifying items such as the First Article and various quantities of ABDR Trailers over a ten-year period. The pricing matrix directs offerors to submit proposed unit prices in U.S. dollars, with a focus on clarity in calculations for total evaluated prices over fixed ordering periods—Years 1 through 5 and the option Years 6 through 10. Specific instructions for data entry and calculations of prices are emphasized, alongside the notion of rounding amounts to two decimal places. The inclusion of different air bases for shipping/packaging indicates logistical requirements for distribution. The file serves as a formal template for vendors to estimate and competitively quote for supplying ABDR trailers, crucial for maintaining operational readiness in military contexts while adhering to federal regulations. Overall, it encapsulates the structured approach the government utilizes in procurement processes, ensuring transparency and competitive pricing.
    The document outlines inventory details of tools and attachments stored in multiple cabinets and drawers, indicating part numbers, descriptions, and quantities of items required for various tasks. This comprehensive listing includes items such as power cords, drill motors, various types of wrenches, screwdrivers, pneumatic drills, and attachment accessories, categorized by cabinet and drawer layout. The purpose of this inventory is likely for procurement or supply management within a governmental agency, ensuring that specific tools are available for operational needs. The items are essential for maintenance, assembly, or repair tasks, critical in meeting operational standards and addressing technical requirements. This structured inventory list not only aids in identifying shortages or necessary purchases but also streamlines logistics for tool maintenance and repairs within a governmental context, supporting infrastructure or project-related activities.
    The document outlines various federal government RFPs (Requests for Proposals), grants, and state and local RFPs, aiming to enhance funding opportunities for projects across multiple sectors. It emphasizes the importance of proactive engagement with the federal grant system, highlighting the requirements for successful proposal submissions, including eligibility criteria, proposal structure, and evaluation metrics. Key focus areas include the identification of funding sources, the necessity of aligning project objectives with governmental priorities, and the need for detailed budget planning. Additionally, it discusses the significance of maintaining compliance with regulations and mandates, which is critical for securing grants and RFP acceptances. The document's structure guides stakeholders step-by-step through the proposal development process, ensuring that all critical elements are addressed. Ultimately, the aim is to enhance community development and support through effective utilization of allocated federal and local funding.
    The document appears to be an introductory message related to a government file concerning federal and state/local RFPs and grants. The content outlines the importance of utilizing an up-to-date PDF viewer, specifically Adobe Reader, to access the detailed information contained within the file. However, no specific information regarding requests for proposals (RFPs), grants, or any related data is present within the message itself. As a result, there are no main topics, key ideas, or supporting details to summarize or analyze. The message serves solely as a technical advisory, indicating that the user should upgrade their software for optimal document access. Essential information regarding government programs or funding opportunities cannot be derived from the current content, limiting any comprehensive analysis or substantive summary.
    The document provides detailed instructions for the airlift certification of vehicles by the U.S. Air Force, emphasizing adherence to specific military standards and safety regulations. It outlines the data required for certification, including vehicle specifications, dimensions, weight, tie-down provisions, and manufacturer details. Vehicles exceeding certain dimensions and weights necessitate special handling due to potential aerospace challenges. The certification process is comprehensive, often taking up to 120 days, requiring extensive documentation and digital submissions like photographs and schematics. Particular attention is given to the validation of tiedown capabilities, ensuring they can withstand specified G-forces during transport. Additionally, detailed requirements are established for the certification of helicopters, trailers, and various vehicle types, further necessitating careful assessment of essential components such as braking systems, axle ratings, and structural integrity. The thoroughness of these requirements reflects the importance placed on the safety and efficiency of military logistics and airlift operations.
    The government plans to award a single contract for the Aircraft Battle Damage Repair (ABDR) program, aimed at acquiring eighty-three (83) ABDR Trailers. These trailers will replace outdated models with integrated support equipment for military operations in overseas locations. The contract will be awarded based on the best value using Tradeoff Source Selection Procedures, prioritizing comprehensive technical proposals. Offerors must prepare submissions adhering to specified formats and content guidelines, ensuring clarity and completeness. Proposals should include detailed responses to three factors: Technical, Past Performance, and Price, each with strict page limits and organization. The Technical Volume will address specific methods to achieve performance requirements, while the Past Performance Volume requires documented evidence of previous successes relevant to this acquisition. Pricing must demonstrate reasonableness and balance, with clear justifications for any variances. Furthermore, all proposals must be submitted electronically via the DoD SAFE system, with strict compliance to submission protocols outlined in the instructions. Key documentation includes the Model Contract and supporting forms. This RFP process underscores the government’s commitment to obtaining high-quality, effective solutions for the ABDR Trailers while ensuring compliance with regulations and standards.
    The document outlines the evaluation factors for contract awards under a federal Request for Proposals (RFP). It specifies a Tradeoff Source Selection approach, focusing on integrating technical proposals, past performance, and pricing to determine the best value for the government. Award decisions will prioritize technical acceptability, particularly in Trailer Functions and Support Equipment, alongside Past Performance and pricing. Proposals must meet all solicitation requirements, with major deficiencies potentially disqualifying offers. The evaluation methodology assesses technical proposals on a pass/fail basis, with specific ratings for various subfactors. Past Performance evaluation rates contractors on their previous work's relevance and quality, influencing confidence in their ability to meet future needs. Pricing assessments will ensure reasonableness and balance, evaluating total proposed prices over specified periods. The overall goal is to award one contract to the most capable offeror, while maintaining the discretion to refrain from awarding if proposals fail to meet required standards.
    The document outlines the Data Item Description (DID) for Commercial Engineering Design Data and Associated Lists (DI-SESS-81003F), which specifies the format and content requirements for commercial items acquired by the Department of Defense. It is applicable to military systems and components, ensuring that the engineering design data package meets the Government's needs for maintenance, modification, and analysis of these items. The DID emphasizes tailoring data requirements to the specific contract and notes that it supersedes a previous version. It mandates that the documentation aligns with MIL-STD-31000 and includes sufficient information for effective governmental use. The DID also references related documents and stresses the need for compliance with applicable federal acquisition regulations. This framework aids contractors in providing comprehensive engineering data that is critical for military operations.
    The document titled "Commercial Off-the-Shelf (COTS) Manuals and Associated Supplemental Data" outlines the requirements for acquiring and evaluating manuals related to COTS equipment used by the Department of Defense (DOD). The primary purpose of this Data Item Description (DID) is to facilitate the procurement of both sample and approved COTS manuals, along with any necessary supplementary data. Key requirements include the completeness of technical information, adherence to evaluation criteria defined in MIL-PRF-32216, and compliance with specified format standards. Electronic formats such as Interactive Electronic Technical Manuals (IETMs) and searchable PDFs are preferred, ensuring documents are user-friendly and maintainable. Moreover, if paper manuals are needed, they must be durable and legible. This DID supersedes a previous version, reflecting ongoing updates to meet DOD standards. Overall, the document serves as a comprehensive guide for contractors in the production and submission of COTS manuals to ensure quality and compliance with military requirements.
    The document DAFI 21-101 outlines guidelines for the marking and identification of tools and containers in military contexts. It specifies that an Equipment Identification Designator (EID) must be assigned to all containers, including grease guns and dispensing cans, with requirements to permanently mark them based on contents and any applicable Military Specifications (MILSPEC). Containers holding hazardous materials must comply with safety labeling regulations. Additionally, the document emphasizes the importance of consulting technical orders prior to engraving items to ensure compliance with specific item requirements. There are mandates for designing toolkits (CTKs) to facilitate easy inventory and accountability of tools, ensuring that each item is clearly marked and assigned a defined location, using layouts that promote orderliness within functional squadron elements. Emphasis is placed on standardizing contents of toolkits across similar mission-focused units, thereby enhancing operational efficiency. This document serves as a crucial regulatory framework, ensuring safety, accountability, and effectiveness in military operations regarding tool and equipment management.
    The document outlines Solicitation # FA810025QB001 for the procurement of Aircraft Battle Damage Repair (ABDR) Trailers by the Air Force Sustainment Center at Tinker AFB, Oklahoma. The Air Force intends to issue a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract specifically set aside for 8(a) small businesses, excluding large businesses. Quotes are requested with a submission deadline of June 20, 2025, focusing on technical merit, past performance, and pricing as evaluation criteria. All respondents must register in the System for Award Management (SAM) prior to quoting, and shipping costs must be included in quoted prices with delivery set to Wright Patterson AFB. Payments will default to Net 30 days, and details for the required warranties and payment discount options are specified. The proposal document includes various attachments, including a Statement of Work (SOW) and pricing matrices, ensuring transparency about the contractual requirements and expectations. The solicitation adheres to relevant federal acquisition regulations, ensuring compliance with federal contracting protocols.
    The Statement of Work (SOW) outlines the requirements for the production and delivery of Aircraft Battle Damage Repair (ABDR) Trailers by the Air Force Sustainment Center. These trailers must be designed for long-term use in harsh environments, equipped with necessary tools, foam, and PVC components as specified. The trailers need to meet various military standards regarding size, weight, durability, and environmental resistance, with stringent servicing criteria and specifications for storage and workspace design. Key components include durable tooling cabinets, integrated electrical systems, pneumatic connections, and adequate weatherproofing features. The SOW mandates a structured design review process involving three phases before the acceptance of a First Article prototype, which serves as a benchmark for future trailers. The government retains ownership of all design and equipment data, indicating a comprehensive oversight on the project’s execution. The minimum order is set at one trailer, with a maximum of nine per year for the five-year base ordering period. This document emphasizes the need for a functional and self-sustained mobile workspace to support military operations effectively.
    The document outlines an inventory list for various tools and equipment organized by cabinet and drawer within a government setting. It details numerous items categorized under cabinets and corresponding drawers, including tools such as wrenches, pliers, screwdrivers, drill motors, and pneumatic tools, along with their part numbers and descriptions. The inventory specifically highlights items such as power cords, straight drill motors with different RPM specs, various types of JMD L attachments, and a wide array of sockets and wrenches tailored for different applications. The comprehensive listing indicates that these items are likely necessary for maintenance and repair operations within government operations or projects. The structured layout facilitates easy identification and access to each item's specifications and uses, ensuring efficiency in procurement or supply chain management. The organization of the document suggests its purpose in supporting inventory management processes for government RFPs and grants, thereby ensuring proper tools are available for operational requirements.
    The document outlines the requirements and guidelines related to federal and state/local RFPs (Requests for Proposals) and grants, which are designed to facilitate the allocation of government funding for various projects and initiatives. It emphasizes the importance of adherence to specific protocols and standards when submitting proposals to ensure compliance with federal and state regulations. The primary focus is on transparency, accountability, and fostering competition among potential contractors and grantees. The document highlights key components including eligibility criteria, submission deadlines, evaluation metrics, and reporting obligations. By delineating these parameters, the document aims to streamline the proposal process while ensuring that funds are utilized effectively and ethically. Overall, it serves as a comprehensive guide for stakeholders seeking to engage with government funding opportunities, reinforcing the commitment to public service and community improvement.
    The provided document appears to be an inaccessible PDF file related to government RFPs and federal grants, offering no specific content or pertinent information. As such, it does not convey any key topics, ideas, or supporting details for analysis. Without accessible content, there is no basis to identify the document's main purpose or to summarize specific initiatives or programs outlined within. Therefore, a thorough analysis and summary cannot be performed. To proceed effectively, a readable version of the document is required to extract and summarize relevant information regarding federal and state/local RFPs and grants.
    The document provides comprehensive instructions for the airlift certification process of military vehicles, outlining critical requirements for submission to the Airlift Transport/Tactical Logistics Authority (ATTLA). It mandates detailed data entries for vehicle dimensions, weights, and handling specifics, emphasizing that documentation must be presented in English. Vehicles exceeding specified dimensions (length, width, height, weight) or requiring special handling must be designated with precise measurements and characteristics. Key requirements include designating the units of measure, the inclusion of vehicle identification numbers (VINs), and ensuring tiedown provisions meet rigorous stress ratings. Additional information, such as overload conditions, digital images from multiple angles, and weight distribution data, are also essential for the certification process. The document underscores the extensive nature of the certification evaluation, indicating a possible timeline of up to 120 days. Compliance with these detailed specifications is crucial for effective operational logistics, reflecting the document's alignment with federal military protocol concerning airlift capabilities and safety. This systematic approach ensures the logistical readiness and safety of ground and air transportation of military assets within government contracts.
    The government seeks to award a single contract for the A4M/R Aircraft Battle Damage Repair (ABDR) program, involving the production and delivery of 83 new ABDR Trailers, replacing older models. The award process will use Tradeoff Source Selection Procedures, assessing proposals based on best value. Key components include a Firm-Fixed-Price Contract Line Item Number for initial and subsequent trailer purchases. Proposals must comply with strict formatting and content guidelines, and include technical, past performance, pricing, and contract documentation volumes. Each volume has specific requirements, including detailed methodologies, past performance narratives, and a pricing matrix. Offerors are to provide supporting information that demonstrates reasonableness and balance in pricing, alongside necessary certifications and representations. The contracting officer is the single point of contact, and significant emphasis is placed on past performance evaluation, requiring authorization letters from past customers. Proposals must be electronically submitted through DoD SAFE, ensuring compliance with specific instructions regarding format and content. Overall, the document underscores the government's commitment to a transparent and competitive selection process that ensures high-quality deliverables for the Aircraft Battle Damage Repair program.
    This document outlines the evaluation factors for contract award based on Tradeoff Source Selection procedures in accordance with federal regulations, specifically targeting bids for ABDR Trailers. The evaluation criteria emphasize technical proposals, past performance, and price, prioritizing a thorough assessment of technical capabilities, particularly in Trailer Functions and Support Equipment. A single contractor will be chosen, based on proposals deemed technically acceptable, with an allowance for trade-offs favoring higher-priced options that offer superior technical merit or past performance. The evaluation process includes assessing each proposal's technical approach, past performance confidence, and pricing. Technical proposals are evaluated using a system of adjectival ratings, where certain subfactors are more critical; deficiencies can lead to proposals being excluded from consideration. Past performance evaluations reflect an offeror's reliability based on prior contracts, categorized into various confidence levels. The price evaluation assesses completeness, reasonableness, and balance, ensuring proposals do not pose risks to government interests. A Total Evaluated Price will determine the bidding offerors’ competitiveness. Overall, this document provides a detailed framework for selecting the best proposal that meets government requirements while ensuring competitive integrity and value for investment.
    The Air Force Sustainment Center at Tinker AFB, Oklahoma, invites quotes for a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Aircraft Battle Damage Repair (ABDR) Trailers. This solicitation is a 100% 8(a) small business set-aside, restricting eligibility to small businesses only. Evaluation for award will focus on Technical compliance, Past Performance, and Price, under the guidelines set by the Federal Acquisition Regulation (FAR) and applicable supplements. Quotes are due by a specified date in 2025, preferably submitted via email. Shipping is FOB Destination to Wright Patterson AFB and must be accounted for in the quoted price. Payment terms default to Net 30, with invoicing through the Wide Area Workflow (WAWF) system required after delivery and acceptance. The document includes extensive provisions, clauses, and attachments detailing various requirements, including a Statement of Work and evaluation factors. The acquisition aims to ensure the supply of necessary ABDR trailers while promoting compliance with government procurement practices and encouraging small business participation.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a specific data item related to the ABDR Trailer project. Its main purpose is to specify the data deliverables required from the contractor, including blueprints and material characteristics data. The contractor must provide a reproducible digital copy in PDF format, with an initial draft due with the first article to allow for government review. After verification, the data can be accepted or revisions will be requested. A final version is required to accompany the delivery of the first batch of ABDR Trailers in fiscal year 2026. The document also includes instructions for completing the form, detailing items such as contract reference, requiring office, submission dates, and distribution of copies. It categorizes data into four groups based on its importance and the estimation of total costs associated with each data item. The comprehensive guidance ensures that contractors understand their obligations for data submission and compliance with government standards.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) to specify data items required from contractors for effective project management. The form includes essential fields for contract identification, data item descriptions, approval signatures, and submission requirements. In this specific entry, the contractor is tasked with providing a digital copy of a Maintenance and Service Manual in PDF format, along with a draft submission for government review. The draft must be assessed for acceptability, with feedback provided for necessary adjustments. Final submission is expected alongside the first batch of trailers in Fiscal Year 2026. The form elaborates on the process for internal review, distribution statements, and data pricing categories to streamline data management and ensure compliance with government standards. Overall, the document serves as a structured directive to facilitate proper data submission and management by contractors within the government's procurement framework.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific project related to an Air Base Document Reconstruction (ABDR) Trailer. The main purpose of this form is to specify the requirements for a "Tool Inventory List" to be provided by a contractor in an Excel format. This list must detail the tools etched and their locations within the trailer's cabinets and drawers. A draft is required with the delivery of the first article so that the ABDR Program Office can verify compliance. The review process, along with acceptance criteria, is clearly defined, where the Program Office will provide feedback on any shortcomings. A final version is due with the first batch of trailers expected in fiscal year 2026. The document also includes instructions for completing the form and guidelines on the pricing groups for data items, which classify the effort required in developing the data. Overall, the DD Form 1423-1 serves as a formal requirement for contract data related to government projects, ensuring that specifications are met and facilitating effective coordination between the contractor and the government entity.
    The document outlines a Request for Proposal (RFP) for Aircraft Battle Damage Repair (ABDR) Trailers, specifying the structure for contractors to submit their pricing. The key components include several Contract Line Item Numbers (CLINs) representing the first article, the ABDR trailers themselves, and related data. The Total Evaluated Price (TEP) will be calculated by multiplying proposed unit prices by estimated quantities through a standardized matrix. Proposals must detail pricing across multiple years, running from an initial five-year base period (2025-2030) to a potential five-year option period (2030-2035). Each ordering period outlines distinct quantities and requirements for ABDR trailers, with placeholders for pricing left as $0.00 to be filled out by offerors. Instructions for completing the pricing matrix emphasize the necessity for U.S. dollar amounts, rounded to two decimal places, ensuring clarity and uniformity in the submission process. This RFP serves as a procurement mechanism for the federal government, aimed at sourcing crucial military support assets while adhering to established guidelines for contractor submissions and evaluation procedures as defined in the Federal Acquisition Regulation (FAR). The document ultimately facilitates transparent pricing and selection processes vital for effective contract fulfillment in the defense sector.
    Lifecycle
    Title
    Type
    ABDR TRAILERS
    Currently viewing
    Combined Synopsis/Solicitation
    Presolicitation
    Similar Opportunities
    THREE STATION BASE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking potential sources for the supply of the Three Base Station, a component critical for the Assault Breacher Vehicle (ABV). This Sources Sought Notice aims to gather information from interested companies capable of manufacturing this item, which is classified under the NAICS code 336992 for Military Armored Vehicle, Tank, and Tank Component Manufacturing. Interested vendors are required to submit their company details, manufacturing capabilities, quality certifications, estimated lead times, and cost estimates by January 5, 2026, to Alexandra Stone at alexandra.stone@dla.mil. This notice is for informational purposes only and does not constitute a formal solicitation or commitment to procure.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the Trailing Edge for the B-1 aircraft, under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with a focus on compliance with stringent quality assurance standards and export control regulations. The contract will require the delivery of a total of 75 units over three years, with the first production delivery due by December 1, 2027, and proposals must be submitted by December 15, 2025, at 3:00 PM. Interested parties can reach out to Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405 for further information.
    Repair of B-1B Torque Motor
    Dept Of Defense
    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.
    25--ADAPTER,TOWBAR,VEHI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 10 units of the NSN 2540016558171, specifically an Adapter Towbar for vehicles. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components for military vehicle operations. 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 are not available.
    10--SET,TRAILER MODIFIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the NSN 1055015739369, specifically a SET, TRAILER MODIFIC. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in supporting military logistics and operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    10--COVER,RACK,BOMB
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the COVER, RACK, BOMB (NSN 1095012979960). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role 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, as hard copies of the solicitation are not available.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the trailing edge for the B-1 aircraft. This opportunity is a total small business set-aside, allowing eligible small businesses to compete for the contract, which is categorized under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The solicitation has been amended to extend the proposal submission deadline to September 5, 2025, providing additional time for interested contractors to prepare their offers. For further inquiries, potential bidders can contact Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a Total Small Business Set-Aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a minimum of 17 units and an estimated total of 142 units, with strict adherence to quality assurance standards and export control certifications. The structural panels are critical components for the B-1 aircraft, emphasizing the importance of compliance with the Buy American Act and other federal regulations. Interested contractors should contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further details, with proposals due by the specified closing date.
    FD2030-24-02764
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is soliciting proposals for the manufacture of Aircraft Tips for the B-1 aircraft under Solicitation Number FD2030-24-02764. This procurement is a Total Small Business Set-Aside and aims to acquire updated technical data and extend the closing date for offers, which is now set for December 15, 2025, at 3:00 PM. The contract will utilize a Firm Fixed Price vehicle and is expected to cover an estimated quantity of 95 units over three years, with specific requirements for quality standards and compliance with the Buy American Act. Interested parties should contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further information.