Skip to main content

An official website of the United States government

You have 2 new alerts

Aircraft Cargo Loader (ACL), Tunner/Halverson

info alert

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: Presolicitation (Updated)
  • Updated Published Date: Jun 14, 2023 04:23 pm EDT
  • Original Published Date: Nov 29, 2022 04:30 pm EST
  • Updated Response Date: Jul 10, 2023 04:00 pm EDT
  • Original Response Date: Jan 03, 2023 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 25, 2023
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J017 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:

Description

UPDATE -- 30 May 2023 - Final RFP Attached, Due date 30 June 2023 @ 3:30PM. 

The Agile Combat Squadron at Robins AFB, Georgia (AFLCMC/WNZ) has a requirement for the Depot Overhaul, Material Management Parts, Material Management Infrastructure, and Program Engineering services of the Tunner and Halvorson Aircraft Cargo Loaders.  

A competitive acquisition will be accomplished on the basis of full and open competition utilizing FAR part 15 procedures with DFARS and AFFARS Supplements for the utilization of a trade-off source selection; for those offerors who are determined to be technically acceptable and have acceptable Small Business Participation, tradeoffs may be made between past performance and cost/price. Past performance is considered significantly more important than cost/price.   Services of the above shall be in accordance with (IAW) the requirements set forth in the Request for Proposal (RFP), Performance Work Statements (PWS), associated data requirements and other documents referenced in the solicitation.

The North American Classification System (NAICS) Code is 333924.

Master NSNs: 3930-01-409-0339CT (Tunner) and 3930-01-480-9519CT (Halvorsen)

The Government intends to award a Hybrid Fixed-Price Incentive Firm Target (FPIF)/Firm-Fixed-Price (FFP)/ Cost-Reimbursable-No Fee (CRNF) Requirements type contract with a 2-year basic and eight 1 year option periods. The RFP and resultant contract will contain FAR 52.217-9, Option to Extend the Term of the Contract.  

All questions must be submitted in writing to michael.carter.78@us.af.mil and wesley.hardy@us.af.mil with copy to amy.holder@us.af.mil. NO TELEPHONIC QUESTIONS.

Proposals are to be submitted through DOD SAFE, please contact Michael Carter or Wes Hardy for a link to submit.

This Synopsis, updated Draft RFP, is related to the previously posted Sources Sought Synopsis FA853422R0001.

**Update - 11-30-2022 - Revised ACL Draft L-900 INSTRUCTIONS TO OFFERORS has been uploaded to this listing replacing older versions in thier entirety.

The Agile Combat Squadron at Robins AFB, Georgia (AFLCMC/WNZ) has a requirement for the Depot Overhaul, Material Management Parts, Material Management Infrastructure, and Program Engineering services of the Tunner and Halvorson Aircraft Cargo Loaders.  

A competitive acquisition will be accomplished on the basis of full and open competition utilizing FAR part 15 procedures with DFARS and AFFARS Supplements for the utilization of a trade-off source selection; for those offerors who are determined to be technically acceptable and have acceptable Small Business Participation, tradeoffs may be made between past performance and cost/price. Past performance is considered significantly more important than cost/price.   Services of the above shall be in accordance with (IAW) the requirements set forth in the Request for Proposal (RFP), Performance Work Statements (PWS), associated data requirements and other documents referenced in the solicitation.

The North American Classification System (NAICS) Code is 333924.

Master NSNs: 3930-01-409-0339CT (Tunner) and 3930-01-480-9519CT (Halvorsen)

The Government intends to award a Hybrid Fixed-Price Incentive Firm Target (FPIF)/Firm-Fixed-Price (FFP)/ Cost-Reimbursable-No Fee (CRNF) Requirements type contract with a 2-year basic and eight 1 year option periods. The RFP and resultant contract will contain FAR 52.217-9, Option to Extend the Term of the Contract.  

Attached is the DRAFT RFP and the DRAFT Attachments for this Aircraft Cargo Loader Effort covering both the Tunner (NSN 3930-01-409-0339CT) and Halvorsen (NSN 3930-01-480-9519CT) Loaders. The DRAFT RFP outlines the draft of contract line items (CLINs), the Governments Best Estimated Quantities (BEQ), as well as other requirements.

The Final solicitation and attachments are anticipated to be issued on or around 30 January 2023. The RFP will be posted to the government point of entry at https://sam.gov/. NO HARD COPIES WILL BE PROVIDED. This solicitation issue date and the response date are both estimates. All questions must be submitted in writing to marie.claxton@us.af.mil with copy to amy.holder@us.af.mil. NO TELEPHONIC QUESTIONS.

All questions and answers will be publicized at different points in time depending on when the Government receives them and has gathered all the necessary information to sufficiently answer all questions.

The Final Technical Data Package (TDP) will be posted to this pre-solicitation announcement or the Final RFP solicitation announcement as soon as it is ready, unless the Government runs into system limitations. If the Government runs into system limitations on providing the TDP electronically on the Government Point of Entry (sam.gov), the Government will update this notice with instructions to Offerors on how to request the TDP be provided on CD/DVD and mailed.

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

Secondary Point of Contact

History