ContractCombined Synopsis/Solicitation

Trac ACFT TWG U-30 - TMX-450-50

DEPT OF DEFENSE FA857126Q0064
Response Deadline
May 18, 2026
10 days left
Days Remaining
10
Until deadline
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through FA8571 MAINT CONTRACTING AFSC PZIM, is seeking a brand-name commercial purchase of one Tractor Aircraft Tug U-30, TMX-450-50, for the 402d Aircraft Maintenance Group at Robins Air Force Base, Georgia. The contractor must provide the tug along with transportation, documentation/manuals, and training, including three days of operator training for 10 personnel and three days of maintenance training for 4 mechanics after delivery. The requirement is for the TLD America Corporation configuration, with approved deviation from the U-30 CID air-transportability criteria, and the tug must meet the specified drawbar pull and weight requirements; the work is to be delivered FOB destination to Robins AFB, with delivery required within 365 days ARO and additional CDRL and safety/energy compliance requirements included. Offers for RFQ FA857126Q0064 are due May 15, 2026, at 1:00 PM EST, and questions are to be directed to Taylor Walker.

Classification Codes

NAICS Code
333924
Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
PSC Code
2320
TRUCKS AND TRUCK TRACTORS, WHEELED

Solicitation Documents

15 Files
Redacted JA.pdf
PDF1588 KBMay 8, 2026
AI Summary
The document justifies a non-competitive contract award to TLD America for a TMX 450-50 Aircraft Tug U-30 for the 402d Aircraft Maintenance Group at Robins Air Force Base, Georgia. The estimated value will be covered by CIP funds. This brand-name acquisition is for a specific aircraft tug with a Gross Vehicle Weight (GVW) of 100,000 pounds, capable of towing aircraft up to 850,000 pounds. Key accessories include air conditioning, an elevating front cab, obstacle detection, and an automatic lubricating system. Market research, conducted from January to February 2026, revealed that only TLD Group manufactures and supplies the required TMX-450-50, making it a single-source environment. The justification is based on statutory authority 41 U.S.C. 1901 (Simplified Acquisition Procedures) and the fact that the TMX 450-50 is the only authorized tug for purchase by the Robins AFB Vehicle Local Purchase Authority. The contracting officer is responsible for determining fair and reasonable costs.
L6WA03 WR-ALC Appendix C - CIP L6WA03 Tractor Aircraft Tug U-30.pdf
PDF267 KBMay 8, 2026
AI Summary
The WR-ALC Appendix C outlines industrial safety and health requirements for contractors working on the CIP L6WA03 Tractor Aircraft Tug U-30 project, effective February 24, 2026. Contractors must submit a detailed Safety and Health Plan adhering to federal, state, local, OSHA, and Air Force regulations, including DAFI 91-202. Key requirements encompass environmental, safety, and occupational health (ESOH) compliance, familiarity with the Voluntary Protection Program (VPP), and strict adherence to safety for all employees, including subcontractors. The document details procedures for inspections, mishap notification (Class A-E), and impoundment. Specific safety protocols are mandated for pedestrian crosswalks, motor vehicles, foreign object damage (FOD) prevention, protective barriers, walking/working surfaces, excavations, scaffolding, various powered platforms, fall protection, cranes, hazardous materials, compressed gases, material handling, hazardous waste operations, personal protective equipment (PPE), respiratory protection, confined spaces, welding, electrical safety, lockout/tagout, machinery guarding, hand tools, toxic substances, hazardous communications, demolition, heat stress, environmental controls, hearing conservation, medical/first aid, aircraft grounding, batteries, flammable liquids, system modifications, soldering, housekeeping, electrostatic discharge, liquid oxygen, work stands, severe weather, fire protection, explosive safety, airfield criteria, airfield rescue/firefighting, acceptance/functional check flights, contractor flight/ground operations, and lawn/ground services. The contractor is solely responsible for compliance, fines, and ensuring the safety of all personnel and government property.
CDRL A003 - Status Report_EnMS Training.pdf
PDF250 KBMay 8, 2026
AI Summary
The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used by the Department of Defense to specify data deliverables from contractors. This particular instance details requirements for a "Tractor Aircraft Tug" contract, specifically a "STATUS REPORT" related to an "Energy Management System - EnMS." Key requirements include contractor adherence to ISO 50001 certification guidelines and mandatory Air Force-provided initial EnMS training for all personnel working on Robins AFB, including subcontractors. The Prime Contractor is responsible for ensuring all personnel complete this training before starting work. The document also provides contact information for the Energy Office, Government POC, WAWF POCs, and Contracting POC. The form's reverse side provides detailed instructions for both government personnel and contractors on how to complete each item, including definitions of different price groups for data items based on their necessity to the contracted effort.
Solicitation Amendment FA857126Q00640001 SF 30.pdf
PDF469 KBMay 8, 2026
AI Summary
This amendment, effective May 1, 2026, extends solicitation FA857126Q0064 to May 8, 2026. It incorporates new provisions and clauses, including FAR 52.222-90, "Addressing DEI Discrimination by Federal Contractors," in accordance with Executive Order 14398. Key changes involve updates to the Wide Area WorkFlow (WAWF) payment instructions (DFARS 252.232-7006), specifying document types for various payment requests and providing detailed routing data for electronic submissions. The amendment also revises FAR clauses, adding updated versions of "Subcontracts for Commercial Products and Commercial Services" (52.244-6) and "Clauses Incorporated by Reference" (52.252-2), along with a new DFARS clause for "Alternate A, Annual Representations and Certifications" (252.204-7998). These modifications streamline the solicitation process, update compliance requirements, and clarify electronic invoicing procedures for contractors.
CDRL A002 - Status Report_EMS Training.pdf
PDF251 KBMay 8, 2026
AI Summary
DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, federal grants, and state/local RFPs. This document outlines the requirements for data items to be delivered by a contractor, specifically a 'STATUS REPORT' for an 'Environmental Management System - EMS' related to a 'Tractor Aircraft Tug' project at Robins AFB. The form details instructions for both government personnel and contractors on how to complete the DD Form 1423, including categories for data items, contract references, submission frequencies, and distribution. A critical remark emphasizes that all contractor personnel on Robins AFB must complete Air Force-provided initial EMS Awareness Training. The prime contractor is responsible for ensuring all subcontractors, vendors, and employees complete this training, with notification sent to the Robins AFB Contracting Officer and Environmental Management POC. Failure to provide documentation of EMS Training may result in contract termination. The form also specifies pricing groups for data items, distinguishing between data essential to contract performance and data developed through normal operating procedures.
CDRL A001 - COTS Manual.pdf
PDF248 KBMay 8, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government acquisitions, specifically detailing data item requirements. This document outlines the process for contractors to provide
Solicitation Amendment FA857126Q00640004 SF 30.pdf
PDF389 KBMay 8, 2026
AI Summary
Amendment 0004 to solicitation FA857126Q0064, effective May 6, 2026, extends the response deadline to May 15, 2026, at 1 PM EST. This modification, issued by FA8571 AFSC PZIO MXW, updates the Defense Priorities Allocation System (DPAS) Priority Rating to DO-C9 and details the deletion of several clauses. Specifically, FAR 52.211-15 (Defense Priority and Allocation Requirements), DFARS 252.226-7002 (Representation for Demonstration Project for Contractors Employing Persons with Disabilities), and FAR 52.211-14 (Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use) have been removed. The deleted DFARS clause includes a detailed provision for
QandA Updated 7 May 2026.pdf
PDF62 KBMay 8, 2026
AI Summary
This Q&A document for RFP FA857126Q0064 addresses training requirements and a deviation from aircraft tug specifications. The contractor must provide three days of operator training for 10 individuals on the Tractor Aircraft Tug and three days of maintenance training for 4 mechanics post-delivery. A key point is the TMX-450-50 model, while authorized by Vehicle Support, does not meet the air transportability criteria of the U-30 CID requirements; the TMX-550 is the compliant model. Despite this, the TMX-450-50 meets drawbar pull and vehicle weight, and the deviation from the CID has been approved and accepted by the requesting team, confirming the TMX-450-50 as the desired solution.
QandA.pdf
PDF48 KBMay 8, 2026
AI Summary
This document addresses questions and answers regarding the FA857126Q0064 solicitation for a Trac ACFT TWG U-30 – TMX-450-50. It specifies training requirements for 10 operators and 4 maintenance mechanics, each needing to be proficient within three days of delivery. A key point of discussion is the TMX-450's deviation from the U-30 CID air transportability requirements, with the TMX-550 being the only fully compliant configuration. Despite this, Vehicle Support authorized the TMX-450-50 with the added requirement for air transportability, and the deviation from the CID has been approved and accepted by the requesting team, confirming the TMX-450 as the desired solution.
Solicitation Amendment FA857126Q00640003 SF 30.pdf
PDF440 KBMay 8, 2026
AI Summary
Amendment 0003 to Solicitation FA857126Q0064, effective May 4, 2026, corrects a system glitch by incorporating necessary clauses into the solicitation. This amendment primarily adds several DFARS clauses, both by reference and in full text, related to contract administration, unique item identification, antiterrorism/force protection for contractors outside the U.S., and representations concerning Russian fossil fuel business operations and foreign-made unmanned aircraft systems. A significant addition is DFARS clause 252.211-7003, “Item Unique Identification and Valuation,” which details requirements for unique item identifiers, marking, and reporting for delivered items, especially those with a unit acquisition cost of $5,000 or more. It also includes the “Representation for Demonstration Project for Contractors Employing Persons with Disabilities” clause.
Solicitation Amendment FA857126Q00640002 SF 30.pdf
PDF436 KBMay 8, 2026
AI Summary
Amendment 0002 to Solicitation FA857126Q0064, effective May 4, 2026, updates provisions and clauses for a federal government Request for Proposal (RFP). Issued by FA8571 AFSC PZIO MXW, Robins AFB, GA, this amendment primarily revises contract clauses and representations. Key changes include the addition and deletion of specific FAR and DFARS clauses, notably updating those related to "Clauses Incorporated by Reference" and "Authorized Deviations in Clauses." Additionally, the solicitation incorporates a revised DFARS clause 252.204-7998, Alternate A, Annual Representations and Certifications (DEVIATION 2026-O0043), which outlines offeror responsibilities regarding System for Award Management (SAM) database information. This amendment ensures all terms and conditions of the original solicitation, as modified, remain in full force and effect.
CDRL A005 - Accident Incident Report.pdf
PDF253 KBMay 8, 2026
AI Summary
The DD Form 1423-1,
CDRL A004 - Contractors Safety Plan.pdf
PDF251 KBMay 8, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government contracts, specifically for a “Tractor Aircraft Tug.” This form outlines the requirements for data deliverables from contractors, such as a Contractor's Safety Plan. Key details include submission frequencies, addressees for draft and final copies, and points of contact for various government entities (e.g., WR-ALC/SE, WAWF, Contracting POC). The document also provides extensive instructions for both government personnel on how to complete the form and contractors on how to estimate prices for data items based on different effort groups (Group I to Group IV). The core purpose of this form is to standardize and formalize the delivery of essential data throughout the contract lifecycle, ensuring compliance and effective project management.
L6WA03 Purchase Description (PD) - 11 Mar 26.pdf
PDF228 KBMay 8, 2026
AI Summary
The document outlines the U.S. Air Force's requirement for a Tractor Aircraft Tug U-30 (TMX 450-50) for the 402d Aircraft Maintenance Group at Robins Air Force Base, Georgia. The contractor must provide the equipment, transportation, manuals, and training. The tug must meet specific commercial item descriptions (A-A58026C Class 1) with a GVW of 100,000 lbs, capable of towing aircraft up to 850,000 lbs, and include various accessories like air conditioning, elevating front cab, obstacle detection, and custom military green paint. Delivery is required within 365 days ARO, FOB Destination, to Robins AFB. The contractor must provide operator and maintenance training, a one-year warranty, and adhere to strict security, environmental, energy management, and safety regulations, including specific training, safety plans, and mishap notification procedures. Invoicing will be via PIEE WAWF, and UID marking is required.
Solicitation - FA857126Q0064-.pdf
PDF3455 KBMay 8, 2026
AI Summary
This document is a Request for Quote (RFQ) No. FA857126Q0064, issued by the Air Force Materiel Command, for the procurement of a Brand Name TLD America Corporation Tractor Aircraft Tug U-30 (TMX 450-50). The solicitation also includes requirements for associated data deliverables (CDRLs A001-A005), such as COTS manuals, status reports for EMS and EnMS training, a Contractors Safety Plan, and an Accident Incident Report. The acquisition is rated as a DO-C9 under the Defense Priorities and Allocations System (DPAS) and is a combined synopsis/solicitation for commercial items. The offer due date is May 1, 2026, at 1:00 PM local time. Key aspects include adherence to regulations regarding ozone-depleting substances, detailed instructions for electronic payment submissions via Wide Area WorkFlow (WAWF), and various FAR and DFARS clauses incorporated by reference and full text. An ombudsman is available to address offeror concerns, though initial issues must be directed to the contracting officer. The contract resulting from this solicitation will be awarded to the responsible offeror with the lowest price.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 17, 2026
amendedAmendment #1· Description UpdatedMay 1, 2026
amendedAmendment #2· Description UpdatedMay 4, 2026
amendedAmendment #3· Description UpdatedMay 6, 2026
amendedLatest AmendmentMay 8, 2026
deadlineResponse DeadlineMay 18, 2026
expiryArchive DateJun 2, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8571 MAINT CONTRACTING AFSC PZIM

Point of Contact

Name
Taylor Walker

Place of Performance

Warner Robins, Georgia, UNITED STATES

Official Sources