3DELRR TPY-4 Transportation
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 (AFLCMC/ESG) is seeking quotes for the transportation of one (1) AN/TPY-4 (V) 1 radar system and its associated components. This is a Total Small Business Set-Aside opportunity. The transport will originate at White Sands Missile Range, New Mexico, and the destination is Santa Rosa Island Site A-17, Florida. Offers are due by 1200 PM EDT on April 10, 2026.
Scope of Work
The contractor shall provide a complete door-to-door transportation solution, including all necessary vehicles, qualified drivers, and logistical support. The transit must be conducted safely, securely, and timely, adhering to all applicable Department of Transportation (DOT) and federal regulations. The total estimated distance is approximately 1,340 miles. The government will provide personnel and material handling equipment (MHE), including a crane for the Main Radar Unit, for loading and unloading. The contractor is not responsible for disassembly or reassembly of the radar system.
Key Requirements
- Cargo: One (1) AN/TPY-4 (V) 1 radar system, including the Transceiver Group (TG) (up to 30,000 lbs), Processor Group (PG) (up to 27,000 lbs), and associated components.
- Vehicles: Requires one or more Step-Deck or Removable Gooseneck (RGN) Trailers (min. 48 ft, 48,000 lbs payload) and two Enclosed Box Trucks with Liftgates (min. 15-16 ft and 20-26 ft lengths). Vendors have discretion to propose alternative configurations if requirements are met.
- Security: All vehicles must have active, real-time satellite GPS tracking. Government property must not be left unattended in unsecured locations. Standard fenced and well-lit commercial truck stops are acceptable for overnight parking. Open-deck cargo must be covered with heavy-duty, weather-resistant, industrial-grade tarps.
- Insurance: A minimum of $25,000,000 in all-risk cargo insurance is required.
- Permits & Access: The contractor is responsible for route analysis, identifying and procuring all necessary federal, state, and local transportation permits, and arranging escorts. The contractor must also manage obtaining military installation access for personnel at White Sands Missile Range.
Contract Details
- Contract Type: Request for Quote (RFQ) for commercial items, implied Firm Fixed-Price.
- Period of Performance: Pickup on April 24, 2026, with delivery no later than 1000 AM Central Daylight Time on April 27, 2026.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 484230 (General Freight Trucking, Long-Distance, Less Than Truckload).
- Small Business Size Standard: $34 Million Dollars.
- Funds: Not presently available; obligation is contingent upon availability of appropriated funds.
Submission & Evaluation
Quotes must adhere to all instructions, templates, and formats provided, including the CLIN structure in the Model Contract. Offers shall not exceed 25 pages and pricing must not exceed two decimal places. Award will be made on the basis of the Lowest Evaluated Price of Technically Acceptable quotes. Technical proposals will be evaluated as Acceptable or Unacceptable. Offerors must be registered in SAM and complete required representations (FAR 52.204-24, 52.204-26, DFARS 252.204-7017). Offers must be valid for at least 30 days.
Important Dates
- Questions Due: 1200 PM EDT, April 2, 2026 (Q&A sheet posted April 3, 2026).
- Offers Due: 1200 PM EDT, April 10, 2026.
- Submission Email: Offers must be emailed to both Contract Specialist Kirsten LaFleur (kirsten.lafleur.1.ctr@us.af.mil) and Contracting Officer Danielle Crone-Alvarez (danielle.crone-alvarez@us.af.mil).