CDDAR Storage/Travel Cases - Travis AFB, CA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, 60th Contracting Squadron, is soliciting proposals for four (4) specialized Storage/Travel Cases for the Crash Damaged/Disabled Aircraft Recovery (CDDAR) team at Travis Air Force Base, CA. This is a Total Small Business Set-Aside opportunity, with responses due by March 27, 2026, at 13:00 PM PST.
Purpose & Scope of Work
The 60th Maintenance Squadron requires Wilson Case ATA-300 Part # 84-7465-15T Lifting Bag Cases - 15 Ton or equal. These cases are vital for the secure storage and transportation of critical crash recovery items, including inflatable airbags, air manifold consoles, and remote-controlled trailer dollies, used for C-5, C-17, and KC-46 aircraft. The objective is to prevent damage and degradation of these essential emergency response assets.
Key specifications for the cases include:
- Outer Dimensions: 103"L x 53"W x 36"H (including a 4" skid base).
- Construction: 1/2" Single Lam – Black panels with 1/2" foam inner lining.
- Interior: 10" base with a 15-cubby grid (3x5) supporting an 800 lbs top load.
- Features: Removable main body front panel and specific stenciling ("Aero Repair", "26T", "15T", "15 TON").
- Delivery: Within 30 days after contract award to 311 Wolfskill Ave. Travis AFB CA, 94535.
- Requirements: Must include a 1-year standard equipment warranty and shipping costs.
Contract Details
- Contract Type: Firm Fixed-Priced (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code (PSC): 8145 – Specialized Shipping And Storage Containers
- NAICS Code: 332439 – Other Metal Container Manufacturing
- Anticipated Award Date: On or about April 3, 2026.
Submission & Evaluation
- Response Deadline: March 27, 2026, at 13:00 PM PST.
- Submission Method: Electronically via email to the listed Points of Contact.
- Required Submissions:
- Completed Vendor Information and Pricing section.
- Contractor Responsibility Verification form (Attachment #2) with supporting documentation.
- Technical Capability Statement demonstrating ability to meet SOW requirements.
- Statement from financial institution or responsible official confirming sufficient resources.
- Evaluation Criteria: Offers will be evaluated based on Price (fair and reasonable) and Technical Capability (ability to satisfy SOW requirements). Award will be made to the responsible offeror providing the best value.
- Offer Acceptance Period: Offers must remain firm for 60 calendar days from receipt.
Special Requirements
- Contractor Responsibility: Bidders must meet FAR 9.103 and 9.104-1 criteria, including adequate financial resources, ability to meet schedules, satisfactory performance/integrity, and necessary technical skills/equipment.
- Base Access: Personnel requiring access to Travis AFB must comply with TAFB Security Requirements, including identity proofing, vetting, and base pass procedures.
Points of Contact
- SSgt Zephaniah Valdez: zephaniah.valdez@us.af.mil
- SrA Joseph Restua-Perez: joseph.restua_perez@us.af.mil, 707-816-3897