40K Heavy Duty Truck Dolly
ID: FA441925Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

TRAILERS (2330)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a 40K Heavy Duty Truck Dolly, with a focus on small business participation under a Total Small Business Set-Aside. The requirement emphasizes the need for a dolly capable of handling a minimum loaded capacity of 40,000 pounds, featuring specific design attributes essential for wrecker recovery operations, including a single pan design and the ability to raise load height by 5 inches. This equipment is critical for the Air Force's logistical operations, particularly in enhancing recovery capabilities for damaged commercial motor vehicles and large equipment. Interested vendors should note that funding is currently unavailable, and no awards will be made until funds are allocated; for inquiries, contact Karlray B. Ambrosio at karlray.ambrosio.1@us.af.mil or Cole Santee at cole.santee@us.af.mil.

    Files
    Title
    Posted
    The document outlines the instructions for offerors responding to the federal Request for Proposals (RFP) FA441925Q0029. It specifies that price submissions must be completed using a designated page in the Combo format and submitted electronically for evaluation via specified email addresses. Offerors are required to provide unit prices for each Contract Line Item Number (CLIN), with calculations for extended totals performed within the provided spreadsheet. Additionally, it is indicated that offerors must ensure their registrations in the System for Award Management (SAM) reflect the correct North American Industry Classification System (NAICS) code 333924 and Product Service Code (PSC) 2330. This guidance is a crucial step in the procurement process, ensuring that submissions are standardized and compliant with federal requirements.
    The document outlines the evaluation criteria for a government solicitation (FA441925Q0029) aiming to award a contract for commercial products and services. The government prioritizes selecting the most advantageous proposal based on three factors: price, technical acceptability, and brand name or equal product compliance. For the price factor, the total evaluated price will be calculated from a specified line item, and the contracting officer must ensure the price is fair and reasonable. The technical acceptability factor assesses if the vendor's submission meets all technical requirements, with the two lowest bids being rated as "acceptable" or "unacceptable." If the initial submissions do not meet criteria, the process continues with successively lower bids until two acceptable quotes are found. Lastly, proposals for “equal” products must provide documentation confirming they meet the specified characteristics for the brand name (Big D’s Fabrication Truck Trolley). The document notes that funding is not currently available, and the government reserves the right to cancel the solicitation with no cost reimbursement obligations to offerors. This solicitation emphasizes the need for vendors to provide comprehensive documentation to demonstrate compliance with all requirements.
    The document outlines the Request for Proposal (RFP) FA441925Q0029, detailing various clauses and requirements for compliance in contracting with the federal government, particularly focusing on defense-related contracts. It includes incorporated references such as regulations regarding the compensation of former Department of Defense (DoD) officials, whistleblower rights, and electronic submission of payment requests through the Wide Area WorkFlow system. Key clauses address procurement restrictions related to sensitive technologies involving Iran and the Maduro regime, as well as requirements for unique item identification of items delivered to the DoD. The document emphasizes the necessity for contractors to provide accurate representations concerning their business operations, ownership statuses, and compliance with federal policies concerning small businesses, including economic and social disadvantage criteria. Overall, the purpose of the RFP is to ensure that prospective contractors adhere strictly to federal guidelines and standards, promoting transparency, accountability, and legal compliance in defense-related acquisitions. This ensures that contracts are awarded to entities that align with governmental objectives of integrity and security in national defense procurement.
    The memorandum from the 97th Ground Transportation at Altus Air Force Base outlines the requirement for a heavy-duty truck dolly essential for wrecker recovery operations. The dolly must have a minimum loaded capacity of 40,000 pounds and include several specific features, such as a single pan design, ability to raise load height by 5 inches, and specific measurements for inside and outside widths. Additional attributes include a lifting sling and harness, bus fork brackets, mounted spare tire, commercial-size tires, and the capability to travel at highway speeds. The document emphasizes the importance of this equipment for retrieving damaged and undrivable commercial motor vehicles (CMVs) and large equipment. For any inquiries, Mr. Thomas Pride is the contact person provided. Overall, this memorandum highlights the logistical needs of the Air Force in enhancing recovery operations within the scope of military readiness and equipment management.
    The document appears to contain a warning about compatibility issues with PDF viewers, specifically Adobe Reader, in accessing the intended content of a government file related to federal grants and RFPs. The underlying purpose seems to be to ensure that users can properly view and interact with the federal and state/local procurement files. Unfortunately, due to the absence of actual content in the provided text, there are no key ideas or supporting details to summarize. The document structure is limited to a notice regarding software upgrades for better accessibility of the original file. It is essential for users seeking information on government funding opportunities or procurement processes to ensure they have the correct software for optimal viewing, indicating the importance of accessibility in engaging with government documents.
    The document outlines a combined synopsis and solicitation for a 40K Heavy Duty Truck Dolly, identified as Solicitation Number IFA4419-25-Q-0029. It is aimed at small businesses and designed according to specific federal acquisition regulations. The primary requirement involves procuring the specified equipment, preferably the model from Big D's Fabrication, LLC. The announcement stipulates that funding is currently unavailable, and any awards will only be made once funds are allocated. The document includes mention of the pricing schedule, the place of delivery at Altus AFB, OK, and necessary certifications for offerors through the System for Award Management (SAM). Key clauses from the Federal Acquisition Regulation (FAR) related to the solicitation process are referenced, emphasizing the importance of complying with government requirements. Overall, this solicitation serves as a formal request for proposals to procure essential equipment while adhering to federal guidelines and supporting small business participation.
    The document appears to be a notification regarding a technical issue with accessing a PDF file, likely containing important information about federal RFPs, grants, or local proposals. The text suggests upgrading the PDF viewer software to properly display the document. Although detailed content is unavailable, the context implies that the original document may involve announcements or descriptions of federal and state funding opportunities related to various projects. Such documents typically outline eligibility criteria, application processes, timelines, and funding amounts critical for organizations or businesses seeking financial assistance from government sources. Overall, it serves as a reminder for users to ensure that they have the appropriate software to access essential government filings, which are key to obtaining grants or responding to requests for proposals, thus facilitating engagement with public sector funding opportunities and requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    25--TOWBAR,MOTOR VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of motor vehicle towbars (NSN 2540016586496). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which is critical for vehicular equipment components used in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the delivery is expected to be completed within 213 days after order placement.
    4K Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a 4K Forklift for use at Fort Hood, Texas. The specifications for the forklift include a diesel engine with a minimum of 47.5 HP, a 4000LB capacity, and various hydraulic and safety features, all of which must comply with the Buy American Act requirements. This equipment is crucial for operational efficiency in warehouse and logistics operations, ensuring that the Army can effectively manage its material handling needs. Interested vendors should provide a picture of the forklift along with the item specification sheet and can contact Rodney Allen at rodney.allen.civ@army.mil or by phone at 254-287-1788 for further details.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    25--TOW BAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of tow bars, specifically NSN 2540016100560, with an initial requirement of four units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of one unit. The tow bars are critical components for vehicular equipment, and successful bidders will ship items to various DLA depots both within the continental United States and overseas. 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.
    New Aircraft Pallets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of new all-aluminum air cargo pallets to replace the existing 463L model. This procurement aims to enhance the air cargo capability essential for military logistics, ensuring that mission-critical resources are transported with reliability and efficiency. The new pallets will maintain similar dimensions and load capacities while improving durability and operational performance, with a projected monthly requirement of 1,583 pallets. Interested parties must submit their responses to the Contractor Capability Survey by December 19, 2025, and can direct inquiries to Tiffany Davis-Patterson at tiffany.davis-patterson@us.af.mil or Douglas Lindsey at douglas.lindsey@us.af.mil.
    Conventional Aircraft Tow Tractor
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center (ALC), is conducting market research to identify potential sources for a Conventional Aircraft Tow Tractor. The tractor must meet specific requirements, including a minimum drawbar pull of 14,000 lbs, dimensions not exceeding 150 inches in length (without hitches) and 180 inches (with hitches), and a gross weight of at least 17,000 lbs, among other technical specifications outlined in the attached salient characteristics document. This equipment is crucial for the efficient handling of aircraft on the ground, ensuring operational readiness and safety at airfields. Interested vendors are encouraged to submit their capabilities, including business size and certifications, by January 5, 2026, at 5:00 P.M. Eastern Time, with responses directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000001.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Dept Of Defense
    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.
    17--HOISTING UNIT,AIRCR
    Dept Of Defense
    The Defense Logistics Agency (DLA Troop Support) is seeking quotes for the procurement of a hoisting unit, specifically the NSN 1730015939054, under a total small business set-aside. The requirement includes the delivery of one unit to the DLA Distribution Depot in Oklahoma within 167 days after order, with the approved source being 1Y128 7548685-10. This hoisting unit is critical for aerospace craft launching, landing, ground handling, and servicing operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via the provided email address, 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.
    25--CAB,TRUCK LIFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of two truck lift units, identified by National Stock Number (NSN) 2510016167872. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution within 157 days after order placement, with the approved source being 1NWY2 EP-0008276. These truck lifts are critical components for vehicular equipment, ensuring operational efficiency and safety in military logistics. 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.