C-130H Disassembly, preparation and transport
ID: FA671224Q0047Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6712 911 AW LGCCORAOPOLIS, PA, 15108-4495, USA

NAICS

Specialized Freight (except Used Goods) Trucking, Long-Distance (484230)

PSC

SALVAGE- AIRCRAFT (P200)

Set Aside

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

    The Department of Defense, through the United States Air Force's Pittsburgh 911th Airlift Wing, is seeking small business vendors to provide services for the disassembly, preparation, and transport of a C-130H aircraft from the Pittsburgh Air Reserve Station to Camp Atterbury, Indiana. Contractors are required to demonstrate five years of relevant experience and must be capable of commencing work by October 15, 2024, ensuring meticulous planning and execution throughout the relocation process. This aircraft is vital for jump training operations, and the contract emphasizes compliance with military and environmental regulations during transport. Quotes must be submitted by September 19, 2024, and interested vendors should contact Paul Davisson at paul.davisson@us.af.mil or 412-474-8124 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force, specifically the Pittsburgh 911th Airlift Wing, has issued a combined synopsis/solicitation (RFQ FA671223Q0047) for small business vendors to provide services for the disassembly, preparation, and transport of a C-130H aircraft from Pittsburgh to Camp Atterbury, IN. This contract is set aside entirely for small businesses, with a total price evaluation based on a Lowest Price Technically Acceptable (LPTA) basis. Contractors must demonstrate five years of experience in similar services and the ability to commence work by October 15, 2024. Quotes must be submitted by September 19, 2024, and vendors must be registered in the System for Award Management (SAM). The solicitation emphasizes that costs incurred in responding will not be reimbursed, and the Government retains the right to cancel the RFQ at any time without liability. The evaluation of quotes will prioritize technical acceptability alongside price, and only those achieving a technical rating of "Acceptable" will be considered for award. Detailed clauses and provisions from the Federal Acquisition Regulation (FAR) are incorporated and all submission instructions are outlined clearly. The point of contact for this solicitation is Paul Davisson, reachable via email for further inquiries.
    The Statement of Work (SOW) outlines the requirements for the disassembly, modification, and transport of a C-130H aircraft from Pittsburgh Air Reserve Station (PARS), PA, to Camp Atterbury, Indiana. The C-130H, once converted into a jump trainer, is crucial for jump training operations. The contractor's responsibilities include disassembling the aircraft, removing components, and preparing it for relocation while adhering to specific requirements for packing and shipping. Tasks involve the careful handling of the aircraft's engines, wings, and other components, ensuring compliance with military and environmental regulations during transport. Additionally, the contractor must provide qualified personnel, necessary materials, and effective management throughout the project duration, with a performance period not exceeding 60 days post-contract award. The document emphasizes the need for electronic communication and reporting to reduce paperwork. It also stipulates that acceptance will occur through government inspections and that post-transport modifications are not required. Overall, the SOW serves to solicit proposals that align with government readiness training needs while enabling the contractor to propose innovative solutions within a structured framework.
    The document outlines a Request for Proposal (RFP) for a non-personal service contract to relocate a C-130H aircraft from the Pittsburgh PA Air Reserve Station (ARS) to Camp Atterbury, IN. The contractor must provide all necessary personnel, equipment, tools, and materials to disassemble, prepare, and transport the aircraft as specified in the Statement of Work (Attachment #1). The contract covers one job, with no specified price, indicating an initial amount set at $0.00. This RFP emphasizes the importance of meticulous planning and execution, reflecting the government's commitment to ensuring that military aircraft are handled safely and efficiently during relocation activities. The document serves as a formal request for bidders capable of fulfilling these logistical requirements, demonstrating the complexities involved in military asset management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron of the Air Force, is seeking bids from qualified small businesses for the procurement of a 35 Ton Wrecker with an integrated recovery boom and underlift, under solicitation number FA706024Q0025. The wrecker must meet specific technical specifications, including a minimum engine performance of 500 hp and a gross vehicle weight rating of at least 60,000 lbs, and must be delivered to Joint Base Anacostia-Bolling, Washington, D.C., within 120 days of order receipt. This procurement is crucial for enhancing the operational capabilities of the military's vehicle recovery fleet. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no award will be made until funds are available.
    Trailer, Height-Adjustable for Transport of Aircraft Jacks on Flight Line
    Active
    Dept Of Defense
    The Department of Defense, specifically the 115th Fighter Wing in Madison, Wisconsin, is seeking quotes for a height-adjustable trailer designed for the efficient loading and transportation of aircraft jacks on the flight line. The procurement aims to acquire the Wing Jack Trailer Model EPT2-220 or an equivalent, which is crucial for enhancing operational efficiency by allowing a single operator to safely transport multiple aircraft jacks while minimizing wear and tear. This trailer is intended solely for use on the flight line, emphasizing the importance of optimizing ground operations within military aviation. Interested vendors must submit their quotes by September 19, 2024, at 1:00 PM CDT, and should contact Scott Homner at scott.homner@us.af.mil for further inquiries. The solicitation is set aside for small businesses under NAICS code 336212, with a size standard of 1,000 employees.
    C-5 Training Cargo Loads
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small business concerns for the design, production, and delivery of C-5 Training Cargo Loads under Solicitation FA3016-24-Q-5154. The primary objective is to create training cargo loads that replicate Aircraft Ground Equipment (AGE) commonly used in USAF operations, with delivery required at Joint Base San Antonio-Lackland, Texas. These training aids are crucial for enhancing loadmaster training and operational readiness within the Air Force. Interested vendors must submit their quotes by September 20, 2024, at 1:00 PM CST, and are encouraged to direct any inquiries to Thomas Farrell at thomas.farrell.5@us.af.mil. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises in federal contracting.
    412th Flight Test Engineering Lab (FTEL) Move at Edwards AFB CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide moving services for the relocation of the 412th Flight Test Engineering Laboratory (FTEL) from Building 1400 to Building 2710 at Edwards Air Force Base, California. The procurement involves comprehensive services including packing, disassembling, transporting, and reinstalling equipment and furnishings for approximately 350 personnel, with the planned move scheduled between November 12 and November 19, 2024, subject to potential delays. This relocation is critical for maintaining operational continuity and efficiency within the Air Force's engineering capabilities. Interested contractors must submit their quotes by September 20, 2024, at 4 PM PST, and can contact Terence Vickers at terence.vickers@us.af.mil for further details.
    Outbound Cargo Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide outbound cargo services at Hurlburt Field, Florida. The procurement aims to secure non-personal services, including packing, preservation, and transportation of various cargo types, under the guidance of the Transportation Officer. These services are critical for ensuring the efficient movement of general, special, and high-priority cargo, including hazardous materials, while adhering to military and commercial transportation standards. Interested parties must submit a statement of interest, including company details and relevant experience, by 2:00 PM (Central Standard Time) on September 16, 2024, to the primary contacts, Margaret Peerman and Amy Jenkins, via their provided email addresses.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.
    100 LRS Truck Retriever
    Active
    Dept Of Defense
    The Department of Defense, specifically the 100th Logistics Readiness Squadron (100 LRS), is seeking quotes for the procurement of one Truck Retriever to be delivered to RAF Mildenhall, United Kingdom. The vehicle is required to efficiently recover stricken vehicles, thereby enhancing operational readiness and minimizing reliance on local contractors. This procurement is critical for maintaining high safety and operational standards in military logistics, particularly on the narrower roadways of the UK. Interested vendors should note that the submission deadline for quotes has been extended to September 23, 2024, at 14:00 GMT, and must acknowledge the receipt of the amendment to avoid rejection. For further inquiries, vendors can contact Jordan Goode at jordan.goode.1.gb@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil.
    Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments at Holloman Air Force Base in New Mexico. The contractor will be responsible for a range of services including conducting pre-move surveys, packing and containerizing household goods, providing cargo insurance, and managing claims, with an emphasis on adhering to performance work standards and maintaining quality throughout the process. This contract, valued at approximately $34 million, is set to span from January 1, 2025, to December 31, 2027, with options for extensions, and is designated as a Total Small Business Set-Aside, encouraging participation from small and disadvantaged businesses. Interested parties must submit their proposals by October 7, 2024, and can direct inquiries to Makenzie Meyer or Sally D. Roberts via the provided contact information.
    100 LRS Curtain Sider Trailers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement and delivery of two 40-foot curtain sider trailers that must comply with United Kingdom roadways and safety standards. The trailers are essential for the 100th Logistics Readiness Squadron's mission of cargo delivery across various defense locations, and they must meet specific technical and operational specifications outlined in the Salient Characteristics document. Interested vendors are required to submit their quotes by 23:59 GMT on September 20, 2024, and must ensure compliance with all stated requirements, including active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Charles Kye at charles.kye.1@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil.
    R11 Tanker Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a damaged R11 Aviation Fuel Tanker stationed at Joint Base Elmendorf-Richardson (JBER), Alaska. The primary objective is to restore the vehicle to its original operational condition, requiring contractors to perform various tasks including damage removal, straightening of bent components, and repainting, all in accordance with the Performance Work Statement (PWS). This procurement is crucial for maintaining military equipment functionality and ensuring compliance with safety and industry standards. Interested contractors must submit their quotes by September 25, 2024, at 2:00 PM Alaska Standard Time, and can direct inquiries to Joseph Ford at joseph.ford.21@us.af.mil or Robert Briggs at robert.briggs.13@us.af.mil.