463L Legacy Cargo Pallets
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Jan 29, 2025 04:20 pm EST
- Original Date Offers Due: Feb 28, 2025 05:30 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 15, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1670 - PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT
- NAICS Code:
- 331 - Primary Metal Manufacturing
- Place of Performance: Cadillac , MIUSA
Description
The Support Equipment and Vehicles Division (AFLCMC/ROZ) at 235 Byron Street, Bldg. 300 West Wing, Bay D, Suite
19A, Robins AFB, Georgia has a requirement for a 5-year, Firm Fixed Price Requirements type contract. This contract
will contain a 1-year basic period and four 1-year option periods for the repair service of the 463L Cargo Pallet.
The 463L Cargo Pallet (P/N: HCU-6/E & HCU-12/E) is used to transport cargo up to 10,000 lbs. on-board military
cargo-carrying aircraft, including C-5, C-17, and C-130. The pallets are transported on the ground with Tunner
loaders, Halvorsen loaders, forklifts, and k-loaders. Cargo on-board these pallets can be stacked up to 96 inches
high prior to being secured with two side (low profile) nets and one top net to the 463L rail system on the
aforementioned loaders and aircraft. The 463L pallet is manufactured with dimensions of 108" x 88" x 2.25" for the
length, width, and height, respectively. The dimensions specified in the Technical Data Package (TDP) assure
compatibility with the 463L rail system on-board various loaders and cargo-carrying aircraft, and with material
handling equipment utilized in aerial ports. Pallets are rated for use up to 10,000 lbs., and all contractors must meet
all testing criteria specified in the latest revision of MIL-DTL-27443 through FAT upon contract award. Pallets are
comprised of top and bottom aluminum skins, 2" thick balsa wood, aluminum extrusion rails, rivets, twenty-two tie
down D-rings rated at 7,500 lbs., and four corner brackets. The 463L pallet is considered a commercial item as
defined in FAR 2.101.
The anticipated contract will include the following repair types:
1. General Inspection
2. Ring Replacement
3. Corner Bracket Replacement
4. Repair of Rails
5. Apply Coatings
6. New Top & Bottom Skin and Complete Core Plus One Short Rail
7. New Top & Bottom Skin and Complete Core Plus One Long Rail
8. New Top & Bottom Skin and Complete Core Plus Two Short Rails
9. New Top & Bottom Skin and Complete Core Plus One Short Rail and One Long Rail
10. New Top & Bottom Skin and Complete Core Plus Two Long Rails
11. New Top & Bottom Skin and Complete Core
IAW DAFFARS 5305.204 and AFI 16-201, potential contractors are advised that foreign participation is not permitted.
NSN: 1670-00-820-4896
Quantity:
• Basic Period – Repair BEQ 16,800 each
• Option Period I – Repair BEQ 16,800 each
• Option Period II – Repair BEQ 16,800 each
• Option Period III – Repair BEQ 16,800 each
• Option Period IV – Repair BEQ 16,800 each
• Total Quantity – Repair BEQ 84,000 each
Delivery:
Deliveries shall begin 30 days ARO funded order or reparable asset, whichever is later. The Government’s
required delivery output is 750 pallets per month.
The RFP will be issued sole source to AAR Mobility Systems (CAGE: 80298) in accordance with FAR 6.302-1 and will be
made available through the Government Point of Entry (GPE) on January 29, 2025 with a response date of
28 February, 2025. All questions must be submitted in writing to Wesley Hardy at wesley.hardy@us.af.mil with copy to Tim Hudson at timothy.hudson@us.af.mil.
Attachments/Links
Contact Information
Contracting Office Address
- CP 478 222 1901 235 BYRON ST BLDG 300 STE 19A
- ROBINS AFB , GA 31098-1670
- USA
Primary Point of Contact
- Wesley Hardy
- wesley.hardy@us.af.mil
Secondary Point of Contact
- Timothy G. Hudson
- timothy.hudson@us.af.mil
History
- Feb 18, 2025 05:19 pm ESTSolicitation (Updated)
- Jan 29, 2025 11:55 pm ESTPresolicitation (Original)
- Jan 29, 2025 04:20 pm ESTSolicitation (Original)