MINI-DRILL TOOLBOX FABRICATION
ID: 6973GH-25-R-ToolType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the fabrication of custom toolboxes and supporting equipment for the Customs and Border Protection (CBP) Tactical Mini Drill. The procurement aims to provide specialized assets, including a mini-drill handling system and secure storage solutions, to enhance operational capabilities in border security efforts, particularly for investigative purposes related to cross-border tunnels. Interested vendors are required to submit their capability statements, including past performance and strategies for fulfilling the requirements, by 4:00 p.m. Central Time on February 14, 2025. For inquiries, vendors should contact Jason Perry at jason.m.perry@faa.gov, ensuring to mark all documents as proprietary as necessary.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for mini-drill toolbox fabrication aimed at supporting the U.S. Border Patrol's National Subterranean Operations (NSO) under an Interagency Agreement between the Department of Homeland Security and the Federal Aviation Administration Logistics Center. The NSF requires customized assets, including a mini-drill handling system and toolboxes, for investigative and remediation purposes related to cross-border tunnels. The contractor must deliver specified custom tools, which encompass drill pipe handling systems and secure storage for investigative equipment, within 85 days of contract award. The total performance period is capped at 120 days, following a Firm Fixed Price model. The document emphasizes the importance of equipment quality and stipulates that any damages detected must be rectified promptly. Clear communication channels for problem resolution are mandated, ensuring any issues during performance are addressed swiftly. Overall, this project underlines the commitment to enhancing operational capacity in border security efforts through specialized tools and technology.
    Crosstek Solutions proposes the Mini-Drill Trailer System designed for efficient sampling and testing in various applications. The system includes a robust base platform made from 12 GA A1011 hot rolled steel, with specified dimensions and assembly tolerances. The trailer features a shed constructed from galvanized steel with a plywood subfloor, allowing secure storage of tools and equipment. Key components consist of multiple storage compartments, tool racks, and access doors that facilitate ease of use and organization. All structural elements adhere to industry standards with a powder coat finish in Cool Gray 2C. The design incorporates detailed cut patterns and assembly instructions to ensure proper fabrication and functionality. As part of a potential government RFP, this project demonstrates compliance with safety and operational standards, emphasizing the importance of quality materials and engineering in providing essential tools for field testing. The comprehensive parts list illustrates the meticulous planning necessary for the successful design of the Mini-Drill Trailer System, supporting the correct construction and deployment for effective performance.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    MSA PARTS
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking vendors to provide components for the MSA Dyna glide system, specifically part numbers 506388 (100 units), 506389 (20 units), 503698 (40 units), 506400 (15 units), 506391 (300 units), and 503690 (100 units). This market survey aims to gather statements of interest and capabilities from potential suppliers to inform the FAA's procurement strategy, which may include full-and-open competition or set-asides for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses certified by the SBA. Interested vendors must submit a general capability statement, specific capability statement if applicable, proof of registration in the System for Award Management (SAM), and any relevant certification letters by February 10, 2025, at 2:00 PM CT. For inquiries, vendors should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    PKB- CDDAR Storage/Travel Cases
    Buyer not available
    The Department of Defense, through the U.S. Air Force's 60th Contracting Squadron, is seeking qualified vendors to provide specialized Storage/Travel Cases for the Crash Damaged/Disabled Aircraft Recovery (CDDAR) team at Travis Air Force Base in California. The procurement includes various models of ATA-300 cases designed for the safe storage and transportation of essential equipment used in aircraft recovery operations, specifically for aircraft such as the C-5, C-17, and KC-46. This initiative is crucial for enhancing the efficiency and safety of military aircraft recovery operations, with a requirement for delivery within 30 days of contract award, including warranty and shipping costs. Interested small businesses, including those with designations such as Small Disadvantaged, HUBZone, and Service-Disabled Veteran-Owned, must submit their capability packages by February 19, 2025, with all communications directed to the designated contacts, SrA Nadine Umunyana and Vitaliy Kim, via their provided email addresses.
    Air Route Surveillance Radar 4
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking small businesses to provide upgraded fall protection systems for the Air Route Surveillance Radar-4 (ARSR-4) due to non-compliance with Environmental Occupational Safety and Health (EOSH) standards. The procurement involves manufacturing new fall protection kits, which include components such as aluminum ladders, safety items, and platforms with guardrails, to replace outdated systems on 17 ARSR-4 radars. This initiative is critical for enhancing workplace safety and ensuring compliance with federal regulations. Interested vendors must submit a capability statement and proof of registration in the System for Award Management (SAM) by February 14, 2025, at 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    F-35 Fuel Stands
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is conducting market research to identify suppliers capable of providing two F-35 Fuel Stands that comply with military and OSHA standards. The procurement aims to ensure operational readiness by sourcing production data and expertise while adhering to safety regulations, with delivery required at Naval Air Station JRB in Fort Worth, Texas. Interested parties, including both small and large businesses, are invited to submit documentation demonstrating their capabilities by February 7, 2025, although participation does not guarantee future contract awards. For inquiries, contact Emily Crotta at emily.crotta@us.af.mil or Todd Benner at todd.benner@us.af.mil.
    VSBP-3 Production/Sustainment
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify vendors capable of providing production and sustainment services for the Voice Switch By-Pass (VSBP-3) system. This system is critical for ensuring that air traffic controllers maintain communication with pilots during primary voice switch failures, thereby enhancing operational resilience in air traffic management. The FAA anticipates the procurement of up to fifty new VSBP systems, along with logistics support, program management, and configuration management services, over a potential ten-year contract period. Interested vendors should submit their capability statements to Elizabeth H. Williams at elizabeth.h.williams@faa.gov, as this is a Total Small Business Set-Aside opportunity under NAICS code 541330, with no costs reimbursed for responses.
    DOMESTIC NON-AVAILABILITY DETERMINATION
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought notice to identify sources for hand or measuring tools that are produced in the United States, in compliance with DFARS 225.7002-1. The primary objective is to gather information on the availability and manufacturing capabilities of tools listed in the attached Sources Sought Tool List, ensuring that they meet the requirement of being wholly manufactured in the U.S. This initiative is crucial for maintaining compliance with government procurement regulations and supporting domestic production. Interested parties are encouraged to respond by completing the specified sections of the tool list by the deadline of March 6, 2025, and may direct inquiries to Barbara Rogowski at barbara.rogowski2.civ@army.mil.
    Blade Fold Tail Fold (BFTF) Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of Blade Fold Tail Fold (BFTF) components through a combined synopsis/solicitation. This opportunity involves the acquisition of new parts, including pressure plates, dampers, and various assemblies, which are critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft. The contract will be awarded on a competitive basis, with a total duration not exceeding five years, and requires compliance with Federal Aviation Administration guidelines to ensure airworthiness. Interested vendors must submit their quotations by March 24, 2025, with an anticipated award date around May 25, 2025. For inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) Services
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking to establish Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) services related to Air Traffic Control (ATC) facilities across the United States. The FAA intends to add up to five qualified contractors to these agreements, which will facilitate various construction and modernization projects essential for maintaining and enhancing the National Airspace System (NAS). This procurement is critical for ensuring the safety and efficiency of air traffic operations, with projects potentially valued at $50 million or more. Interested vendors must submit their proposals by February 14, 2025, and direct any inquiries to Katherin Fogle at katherine.fogle@faa.gov.
    PURCHSE OF BRACKET-SIDE; BOLTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure bracket-sides and bolts for the HC-144 aircraft under solicitation number 70Z03825QL0000044. This procurement is intended to fulfill the requirements for specific avionics components, with a focus on sourcing from the Original Equipment Manufacturer, Airbus DS Military Aircraft, Inc., due to their proprietary technical and engineering data. Interested vendors are invited to submit their capabilities within ten calendar days of this notice, with a closing date for responses set for February 10, 2025, at 4:00 PM EST. For further inquiries, vendors can contact Debra W. Heath at debra.w.heath@uscg.mil.
    Tubing Repair Kit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking offers for the procurement of Tubing Repair Kits under solicitation FA8517-25-Q-0011. This requirement involves a sole-source purchase from Designed Metal Connections Inc (DMC), as the kits contain proprietary data and are essential for repairing aircraft tubing lines in the field. The Tubing Repair Kit, identified by NSN 5180-01-143-3282, is a complete toolkit necessary for maintaining operational readiness of aircraft. Interested vendors must submit their proposals by February 24, 2025, at 5:30 PM, and can direct inquiries to Latonya Jackson at latonya.jackson.1@us.af.mil or Marwa Fuller at marwa.fuller@us.af.mil.