Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Transient Alert Services - Justification

Expired
TransientAlertServicesJustificationFederal
General Info

Agency

Department Of Defense → FA4452 763 Ess

View Agency

NAICS

488190 - Other Support Activities for Air Transportation

View NAICS

Place of Performance

IL, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Response Deadline

Deadline has passed

Posted

Contract opportunity posted

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → FA4452 763 Ess
Contacts2 people available
OfficeSCOTT AFB, IL, 62225-5020, USA
Organization / Agency
Department Of Defense → FA4452 763 Ess
View Agency Profile
Office Address

SCOTT AFB, IL, 62225-5020, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
This justification and approval (J&A) supports a modification to all eight Transient Alert Services multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts: FA8059-17-D-0001 - Vision Information Technology Consultants FA8059-17-D-0003 - KSS-Trailboss JVI FA8059-17-D-0005 - C2G, LTD Co. FA8059-17-D-0006 - Triad Logistics Services Corporation FA8059-17-D-0007 - SkyQuest Aviation LLC FA8059-17-D-0008 - Shiloh Services, Inc FA8059-17-D-0009 - T Square Logistics Services Corporation FA8059-17-D-0010 - MACCS-EASI JV1 LLC This modification is to correct an administrative oversight resulting in Option Year 3 not being exercised. Additionally, this modification gives the ability to exercise Option Year 4 and the 6 month extension of services. A separate modification will be executed to exercise Option Year 4 and the 6 month extension of services, if required.

Similar Contracts

NAICS: 488190
New
Federal

Repair Pump, Electric Drive for U.S. Coast Guard Aircraft HC-27J

This solicitation requests quotations for the repair of electric drive pumps used in U.S. Coast Guard HC-27J aircraft, specifically three units of a pump with National Stock Number 2930-01-527-9686 and Part Number 42165. The procurement is conducted under solicitation number 70Z03826QW0000064 in accordance with Federal Acquisition Regulation subpart 12.201, with additional supplementary information. It is a restricted solicitation intending to award a firm-fixed price purchase order on a sole source basis to Parker Hannifin GMBH, given their role as the Original Equipment Manufacturer or authorized provider, requiring suppliers to have the necessary technical expertise and access to OEM parts. Offerors must provide quotations consistent with the requirements, including furnishing a Certificate of Conformance as specified by FAR clause 52.246-15. There are no drawings or technical specifications available from the U.S. Coast Guard, so bidders must rely on their knowledge and access to OEM data. Quotations must include shipping terms of F.O.B. Destination or F.O.B Origin, with exclusions on other Incoterm options. The deadline for submission is March 20, 2026, at 4:00 p.m. Eastern Time, and quotations should be emailed to the designated point of contact. Additional solicitation details, including terms and conditions, the statement of work, and the justification for non-competitive procurement, are provided in the solicitation attachments.

Aviation Logistics Center (ALC)(00038)

POSTED

1 day ago

DEADLINE

in 4 days

View Details
NAICS: 488190
New
Federal

Contractor Logistics Support and Engineering Services for the U.S. Army UH-72 Aircraft

The U.S. Army is seeking to procure Contractor Logistics Support (CLS) and Engineering Services (ES) for the UH-72 Light Helicopter fleet through a sole source contract with Airbus US Space & Defense, Inc. This firm fixed-price contract will include a six-month base period followed by four one-year option periods. CLS encompasses parts provisioning, repairables, tools, support equipment, technical manuals, contractor field teams, overhauls, and both field and depot level maintenance. Engineering Services will support the ongoing operation, modification, and modernization of the UH-72 fleet. These services are vital to ensuring the aircraft's readiness for a range of missions including General Support, Homeland Security, Medical Evacuation, Reconnaissance, Test, and Training operations. The request for this contract is issued under the authority allowing the government to procure from only one responsible source, as Airbus is the sole developer and producer of the UH-72 and holds the proprietary knowledge and technical expertise necessary to fulfill the requirements. This action is not a competitive solicitation but an exclusive negotiation with Airbus. The contract award is pending sufficient funding, and interested parties are encouraged to explore subcontracting opportunities directly with Airbus. The primary points of contact for this requirement are Patrick C. Walker and Joshua R. Allen, and the work will be performed in Grand Prairie, Texas.

W6QK Acc-rsa

POSTED

1 day ago

DEADLINE

in 15 days

View Details
NAICS: 488190
New
Federal

Repair Water Collectors for U.S. Coast Guard Aircraft HC-144

This solicitation requests quotations for the repair and overhaul of water collectors used on U.S. Coast Guard HC-144 aircraft, specifically a quantity of three units with National Stock Number 2915-01-308-6455 and Part Number 776903-3. The solicitation is issued as a Request for Quotation under number 70Z03826QL0000102 and follows the Federal Acquisition Regulation guidelines effective as of November 28, 2025. The procurement is planned as a firm-fixed price purchase order awarded on a sole source basis to Aerokool Aviation Corp. The contractor must have access to necessary technical expertise, engineering data, and Original Equipment Manufacturer (OEM) parts from Hamilton Sundstrand Corporation to successfully perform the required repairs or overhauls. No drawings or schematics will be provided by the U.S. Coast Guard. Offerors are invited to submit quotations in line with specified solicitation terms, including submission of a Certificate of Conformance compliant with FAR clause 52.246-15. Only quotations with shipping terms of F.O.B. Destination or F.O.B. Origin will be accepted, excluding terms such as Ex Works or other Incoterms 2020 variants. The solicitation includes detailed attachments such as Terms and Conditions, Statement of Work, wage determinations, and justifications for limited competition. The deadline for receipt of quotations is March 20, 2026, at 4:00 p.m. Eastern Time, with email submissions preferred to the designated point of contact. The contract is overseen by the Aviation Logistics Center within the Department of Homeland Security, located in Elizabeth City, North Carolina.

Aviation Logistics Center (ALC)(00038)

POSTED

1 day ago

DEADLINE

in 4 days

View Details
NAICS: 488190
New
Federal

Repair Command Lever for U.S. Coast Guard Aircraft HC-144

This solicitation, issued by the Department of Homeland Security's Aviation Logistics Center, requests quotations for the repair of Command Levers used on U.S. Coast Guard HC-144 aircraft. The procurement follows the Federal Acquisition Regulation subpart 12.201 format and is a restricted solicitation with a firm-fixed-price purchase order anticipated to be awarded on a sole source basis to Airbus DS Military Aircraft, Inc. The contract covers two units of the Command Lever, part number 35-65232-0003, aligned with NSN 1680-01-HS1-9369. Responding sources must demonstrate the ability to access necessary technical expertise, engineering data, and original equipment manufacturer parts from Airbus Defence and Space SAU. No drawings or specifications are available from the Coast Guard. Offers must comply with FAR clause 52.246-15, requiring a Certificate of Conformance, and adhere to shipping terms limited to F.O.B. Destination or F.O.B. Origin. The solicitation emphasizes reviewing attached terms and conditions, statement of work, and the justification for other than full and open competition. Quotes are due by March 20, 2026, at 4:00 p.m. Eastern Time, preferably via email to the designated point of contact. This procurement is classified under NAICS code 488190 with a small business size standard of $40 million, ensuring competition among responsible sources capable of providing the required repairs according to the guidelines outlined.

Aviation Logistics Center (ALC)(00038)

POSTED

1 day ago

DEADLINE

in 4 days

View Details
NAICS: 488190
New
Federal

Repair EGI 764+429+JAIC

This solicitation requests quotations for the repair of equipment listed in the Schedule of Supplies under solicitation number 70Z03826QJ0000095, with Honeywell International identified as the Original Equipment Manufacturer (OEM). All repairs must be performed either by the OEM or an OEM authorized repair facility, ensuring that offerors possess the appropriate expertise and capabilities. The contract will likely be awarded as a firm-fixed price purchase order on a sole source basis. Vendors must provide a Certificate of Conformance in accordance with FAR clause 52.246-15, including traceability to the manufacturer and assurance that parts are airworthy and suitable for installation on U.S. Coast Guard aircraft. It is important to note that no drawings, specifications, or schematics will be provided by the government. The solicitation is unrestricted, aligning with NAICS code 488190 and a small business size standard of $40 million, inviting all responsible sources to submit quotations. The submission deadline is March 16, 2026, at 2:00 p.m. Eastern Daylight Time, with the anticipated award date around March 18, 2026. Quotations are preferred via email and should reference the solicitation number in the subject line. Interested parties are directed to review all attachments carefully, which provide additional details such as the statement of work, terms and conditions, justification for the sole source award, and applicable wage determinations relevant to Florida. The contracting office managing this acquisition is the Aviation Logistics Center of the Department of Homeland Security, located in Elizabeth City, NC.

Aviation Logistics Center (ALC)(00038)

POSTED

1 day ago

DEADLINE

in 14 days

View Details