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
    Sources Sought for Mobile Tool Cabinet; NSN: 5140-01-592-4360
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking information from businesses regarding their capabilities to produce Mobile Tool Cabinets, identified by NSN 5140-01-592-4360 and Part No. 1J0010. The procurement aims to acquire two units of these cabinets, which are essential for military operations and maintenance tasks. A Technical Data Package (TDP) is associated with this opportunity, and First Article Testing will be required for non-original equipment manufacturer (OEM) firms. Interested parties must submit their responses, including any proprietary information, by December 28, 2025, at 05:00 EST via email to Nikhil Patel and Diana Jones. Access to the TDP requires a DD 2345, Military Critical Technical Data Agreement.
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    Hand Tools, Nonedged, Nonpowered
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide nonedged, nonpowered hand tools through a Blanket Purchase Agreement (BPA). This procurement aims to support various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment, by establishing BPAs that allow for streamlined acquisition of these essential tools on an as-needed basis. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Sets, Kits, and outfits of handtools
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide sets, kits, and outfits of hand tools through Blanket Purchase Agreements (BPAs). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    AMARG Large Component Blast Booth
    Buyer not available
    The Department of Defense, specifically the Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Arizona, is seeking information from qualified vendors regarding the procurement of a Large Component Blast Booth. This procurement aims to acquire a turnkey abrasive media bead blast booth system designed for Aerospace Ground Equipment (AGE), which will be integrated into a new, expandable Pre-Engineered Metal Building (PEMB) at the base. The project emphasizes the use of Commercial Off-The-Shelf (COTS) items and compliance with federal, state, and local regulations, including stringent cybersecurity and safety standards. Interested firms, particularly small businesses across various socioeconomic categories, are encouraged to respond with their capabilities and relevant experience by December 13, 2025. For inquiries, contact Mr. Randall Egbert at randall.egbert@us.af.mil or by phone at 801-777-0142.
    Aircraft Maintenance Tool Kit
    Buyer not available
    The General Services Administration (GSA) is seeking market research input for the procurement of an Aircraft Maintenance Tool Kit, specifically designed for use with the AH-64 attack helicopter. This request for information (RFI) aims to identify potential suppliers who can provide one Aircraft Maintenance Tool Kit or an equivalent product, with specifications outlined in the attached documentation. The tool kit is critical for maintenance operations, particularly for staking bearings, ensuring the operational readiness of the aircraft. Interested parties must submit completed technical questions by the closing date to be considered, and can reach out to Kristi Riley at kristi.riley@gsa.gov for further inquiries.
    F-100 Case, Compressor, Air
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.