F/A-18 Aircraft Maintenance Stand, Full-Wrap
ID: N00244-25-R-0025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

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

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals from small businesses for the construction and installation of a Full-Wrap Maintenance Stand for F/A-18 aircraft, as outlined in solicitation number N00244-25-R-0025. The stand must be lightweight, customizable, and compliant with OSHA safety standards, featuring removable guardrails, anti-slip surfaces, and storage solutions for tools and maintenance equipment, to facilitate efficient access to various aircraft components. This procurement is critical for enhancing naval aviation maintenance operations, ensuring safety and functionality in support of military readiness. Interested parties must submit their proposals by March 21, 2025, and can contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or 619-556-9627 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for the construction and installation of a Full-Wrap Maintenance Stand for F-18 Aircraft, as requested by the Naval Aviation Warfighting Development Center in Fallon, NV. The solicitation, numbered N00244-25-R-0025, is exclusively reserved for small businesses and mandates the submission of proposals by March 21, 2025. The contractor must deliver a customizable lightweight stand compliant with OSHA safety standards, featuring removable guardrails and anti-slip surfaces. The stand must facilitate easy access to various aircraft components and include storage solutions for tools and maintenance equipment. Delivery will be made to NAS Fallon, with a representative required to assist in setup and training of personnel on usage and maintenance. Post-award administration will be conducted by NAVSUP Fleet Logistics Center San Diego, which may also enlist contractor support via the AbilityOne Program. All proposals must be accompanied by required certifications through the System for Award Management (SAM). The document emphasizes the importance of compliance with federal acquisition regulations and the Buy American provisions, ensuring adherence to safety and procurement standards. This solicitation is an essential step in supporting naval aviation maintenance operations through the provision of specialized equipment.
    The RFQ N00244-25-R-0025 details a request for quotes regarding the design and construction of a customized maintenance stand for F-18 aircraft. This stand, made from 5052 and 6061 aluminum, is proof load tested to ensure safety and functionality. Key features include anti-slip materials on working surfaces, rubber safety bumpers, and provisions for securing the stand during maintenance operations. The design allows safe access to various aircraft components, with adjustable telescoping jacks for stability. Lightweight casters facilitate easy movement by one or two personnel, while removable guardrails ensure compliance with OSHA safety standards. The maintenance stand also supports the storage of essential tools, equipment, and power sources. The specified dimensions of the F-18 aircraft reflect the requirements that the stand must meet, and personnel training for assembly and disassembly is included in the service provisions. This RFQ is aimed at acquiring vital infrastructure to enhance maintenance capabilities for naval aviation operations.
    The document outlines the general and specific instructions for offerors responding to a government Request for Proposal (RFP) concerning a Firm-Fixed-Price contract for aircraft maintenance stands. It emphasizes compliance with federal regulations, specifically FAR Part 12 and 13.5, asserting eligibility limited to small businesses identified under NAICS code 336413. Offers must be structured into four sections: Offer, Technical, Past Performance, and Price, with strict page limits imposed on the latter three. The evaluation will follow a best value approach, using a comparative assessment focusing on technical capability, past performance, and price. Each factor carries significant weight, with past performance evaluated based on recency and relevancy. The government will determine overall responsibility using various sources like FAPIIS and SAM. Furthermore, the ability of offerors to provide comprehensive, clear, and relevant proposals is crucial, as vague or incomplete responses may lead to disqualification. Overall, the document serves to ensure a systematic and fair evaluation process in selecting contractors for government contracts related to aircraft maintenance.
    The NAVSUP Fleet Logistics Center in San Diego is soliciting industry feedback through a Sources Sought Notice for the F/A-18 Aircraft Maintenance Stand, as outlined in the Statement of Work. This inquiry seeks to identify businesses capable of fulfilling the contract requirements, focusing on capabilities related to fabricating, shipping, and setting up the maintenance stand, as well as providing necessary training to personnel. Respondents are encouraged to submit a Statement of Capability, detailing their business size, relevant contract experiences, and applicable NAICS classifications, particularly under NAICS 336413 for aircraft parts manufacturing. The government emphasizes that responses are voluntary and will not lead to contract awards, but instead aim to streamline acquisition processes and better understand potential industry participation. Interested parties must submit their information by the specified deadline directly to the designated contract specialist via email, marking the subject as instructed. This initiative highlights the government's intent to engage various business sizes, including small and minority-owned enterprises, in support of their procurement strategies.
    The Statement of Work outlines the requirements for the fabrication, shipping, and installation of a Full Wrap Aircraft Maintenance Stand specifically designed for the F/A-18 aircraft at Naval Air Station (NAS) Fallon. The stand, constructed with lightweight aluminum and featuring customizable attributes for easy transportation and storage, will enhance maneuverability. Safety features include removable guardrails, anti-slip surfaces, and secure locking mechanisms to comply with OSHA standards. The stand is designed to facilitate efficient aircraft maintenance, providing necessary storage and access to critical areas of the aircraft. Shipment will occur disassembled, with a contractor representative dispatched to assist in the setup and train onsite personnel from Amentum. Additionally, a periodic maintenance schedule will be established to ensure safety and longevity of the equipment. This project highlights the government’s initiatives to modernize maintenance capabilities while ensuring compliance with safety regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F-35 Fuel Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of two F-35 Fuel Stands to be delivered to Naval Air Station JRB in Texas. The stands must adhere to stringent federal regulations and safety standards, including OSHA and USAF guidelines, with specifications emphasizing aluminum construction, modular design, and safety features such as self-adjusting stairs and slip-resistant flooring. These fuel stands are critical for maintaining operational readiness and safety in military aviation. Interested small businesses must submit their proposals, including shipping costs, by the specified deadline, and can direct inquiries to Emily Crotta at emily.crotta@us.af.mil or Todd Benner at todd.benner@us.af.mil.
    B52 Bomb Bay Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the procurement of five B-52 Bomb Bay Stands under contract FA812525Q0031. The primary objective is to provide these stands, which are critical for aircraft maintenance and repair, ensuring they meet stringent military specifications and quality standards. The selected contractor will be responsible for the construction, delivery, and installation of the stands at Tinker Air Force Base, with a delivery timeline of 180 days and compliance with environmental and safety regulations. Interested vendors, particularly economically disadvantaged women-owned small businesses, must submit their proposals by March 6, 2025, and can direct inquiries to Linsey Laird at Linsey.Laird@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    17--STAND,AIRCRAFT NOSE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft nose stands. This opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is classified under the PSC code 1730 for Aircraft Ground Servicing Equipment. The aircraft nose stands are critical for the maintenance and servicing of military aircraft, ensuring operational readiness and safety. Interested vendors can reach out to Liam Cunningham at 215-697-6525 or via email at LIAM.F.CUNNINGHAM2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Wheel Well Stand
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of four Towable-Dual Height 757/767 Wheel Well Stands under solicitation number FA812525Q0032. These stands are essential for aircraft maintenance and must meet specific requirements, including adjustable dimensions, safety features such as anti-slip stair treads, and compliance with OSHA standards, while also being skydrol resistant and fully assembled upon delivery. The procurement aims to enhance operational efficiency and safety in aircraft servicing operations at Tinker Air Force Base, Oklahoma, with a delivery deadline set for on or before March 21, 2025. Interested parties, particularly Women-Owned Small Businesses, should contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil for further details.
    16--NRP,FWD AIRSTAIR AS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting proposals for the repair and modification of the FWD AIRSTAIR AS. This procurement requires that all repairs be conducted by FAA-certified suppliers who can provide an FAA Authorized Release Certificate, specifically the FAA Form 8130-3 Airworthy Approval Tag. The items to be repaired must be returned to a Ready for Issue (RFI) condition, adhering to vendor repair manuals, and all repairs must be accompanied by the necessary airworthiness documentation. Interested vendors should submit their quotes via email to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil by the specified closing date in the solicitation. For further inquiries, potential bidders can contact Mr. Payne at 215-697-2579.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    16--PARTS KIT,LANDING G- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of landing gear components for the F/A-18 E/F/G aircraft. The procurement involves the overhaul and repair of specific part numbers, including NSNs 1620-01-681-5270, 1620-01-681-4900, and 1620-01-681-4894, with a total quantity of 62 units for each part. These components are critical for maintaining the operational readiness and safety of military aircraft, underscoring their importance in defense operations. Interested vendors must submit their quotes via email to Anthony Boselli by the specified deadline, and must also comply with government source approval requirements prior to award. For further details, potential bidders can reach out to the primary contact at 215-697-1360 or via email at ANTHONY.F.BOSELLI2.CIV@US.NAVY.MIL.
    49--NRP,CHERRY PICKER A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of new manufacture spare parts, identified as the "49--NRP, CHERRY PICKER A." This contract requires the delivery of critical materials essential for a shipboard system that supports the launch and recovery of aircraft, emphasizing the importance of compliance with stringent quality assurance and inspection standards. Interested vendors must submit their proposals, which will be evaluated based on lead time, price, past performance, and capacity, by 2:00 PM EST on the specified closing date. For further inquiries, potential bidders can contact Brian T. Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL.
    F35 Panel Racks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking bids for the procurement of six custom cowling racks designed for F-35 aircraft. These racks must meet specific requirements, including a capacity to support panels weighing up to 1,500 pounds, a powder-coated yellow frame, carpeting for ease of access, and large caster wheels for mobility. This procurement is significant for maintaining the operational readiness of F-35 aircraft, emphasizing the government's commitment to sourcing from small business providers, particularly those owned by women. Interested parties must submit their bids by March 21, 2025, and can contact Emily Crotta at emily.crotta@us.af.mil or Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil for further information.
    16--BOGEY ASSEMBLY, AF
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting proposals for the procurement of the Aft Bogey Assembly, a critical component used in naval aircraft operations. This solicitation requires that all bidders be government-approved sources, with a focus on non-price factors such as capacity, delivery, and past performance being more significant than price in the evaluation process. The components are classified as Flight Critical, necessitating stringent quality assurance measures and engineering source approval from the Naval Air Systems Command. Proposals must be submitted by 2:00 PM EST on March 7, 2025, and interested parties can contact Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL for further information.