Federal Contract Opportunity

Last Updated on 09 Jun 2025 at 5 PM
Combined Synopsis/Solicitation
Arlington Virginia

Boeing 737-400 Aircraft Heavy Maintenance Check

Details

Solicitation ID 15M30025QA3700002
Posted Date 09 Jun 2025 at 5 PM
Response Date 07 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Justice Prisoner Air Transportation System
Agency Department Of Justice
Location Arlington Virginia United states 22202

Possible Bidders

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

National Industries For The Blind

Wayne Earth city Alexandria

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Sign up to access Documents

Signup now

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation, quotes are being requested no further written solicitations will be issued.

The issuing office is US Marshals Service Justice Prisoner & Alien Transportation System (JPATS) FSD, 1251 Briarcliff Parkway, Suite 300, Kansas City, MO 64116 (15M300)

The solicitation number for this acquisition is 15M30025QA3700002 and it is being issued as a Request for Quote (RFQ). The government intends to award a singled Firm Fixed-Price (FFP) contract resulting from this solicitation.

This combined synopsis/solicitation document and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 effective 1/17/2025.

This RFQ shall be issued as Unrestricted.  The associated North American Industry Classification system (NAICS) code is 488190 and the business size standard is $40,000,000.

FAR 52.212.1 Instructions to Offerors - Commercial does apply to this acquisition with addenda to the provision.

The description of the service:

This solicitation is for:

1)  Heavy Maintenance Check (Monthly Check, 1A, 2A, 1C, 2C, 3C, and 6C) on a U.S. Marshals Service owned Boeing 737-400 aircraft MSN 26279/registration number N279AD, Oklahoma City, OK 73159. Funding is currently available.

                a. All work is to be completed within 45 days (23 March 2026 approximate) from the date of induction which is 10 February 2026.

The contractor will provide all labor, equipment, supplies, and supervision necessary to achieve the stated outcomes.  The aircraft maintenance and logistics efforts associated with this work must be adequately planned, staffed, and supervised by the Contractor to ensure all work schedules and maintenance activities are optimized.

All work will be performed in accordance with the respective performance work statement (PWS).

All work is to be completed within 45 days from the date of induction.

In accordance with FAR 13.106-1 the basis for award will be the offer that is determined to be responsible, the most advantageous, providing the best value after considering (1) price (2) technical (3) past performance.  Offerors shall provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements of the RFQ based on an assessment of relevant experience and past performance from the contractor.”

JPATS will evaluate offers in accordance with evaluation factors identified in FAR 52.212-2, in order to select the offer that is most advantageous to the government, price and other factors considered.

  1. Price

       2. Technical 

i.    Capability Certificate(s) 14 CFR Part 145 Repair Station, and Limited Rating to maintain the Boeing 737-400 aircraft, located within the continental U.S.

ii.   Related Experience (Must clearly demonstrate similar performance of requested

services in size, scope, and complexity over the past 5 years)

iii.  Delivery Schedule (Must provide a workflow schedule to clearly demonstrate the

aircraft will be delivered 45 days from induction date

      3. Past Performance

Delivery: Requiring activity will deliver the aircraft to the contractor’s repair facility.

Offerors must include a completed copy of FAR 52.212-3, Offeror Representation and Certifications- Commercial Items with their offer.  If the offeror has up-to-date representations and certifications in the System for Award Management (SAM) website, then this completed provision is not required to be submitted with the offeror’s proposal.

FAR 52.212-4, Contract Terms and Conditions- Commercial Items, does apply to this acquisition with no addenda to the provision.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition.  These specific clauses required are detailed in Sections 3 and 4 of this combined synopsis/solicitation.

Offerors interested in responding to this combined synopsis/solicitation must submit their quotation on the attached synopsis\solicitation.  Any questions regarding this combined synopsis/solicitation must be submitted by email to the point of contact below.

Contractor must have an “Active” registration in System for Award Management (SAM) to be considered for award.  To obtain information on SAM or to register with SAM visit the web site at:  https://www.sam.gov.

Quotes/offers are due no later than 1:00 p.m. 7 July 2026.  The final date to submit questions is 23 June 2026.

Questions of a technical nature should be addressed in writing to Rob Hankins [email protected]  

Questions of a contractual nature should be addressed in writing to Sheila Nimrod, Contracting Officer [email protected]  

All quotes/offers shall be submitted via e-mail to: [email protected]. Please include the solicitation number in all electronic correspondence.

The Government reserves the right to cancel this combined synopsis\solicitation.  Any solicitation or contractual questions should be sent to Sheila Nimrod, Contracting Officer

(816) 912-8068 or [email protected]  

System for Award Management (SAM)

In accordance with FAR 52.212-1(k): By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on creating a user account, registering your business entity and annual confirmation requirements via the SAM application accessed through https://www.sam.gov/SAM/pages/public/index.jsf . SAM frequently asked questions (FAQ) can be accessed via https://www.sam.gov/SAM/pages/public/loginFAQ.jsf

It is highly encouraged that all prospective Offeror’s start the SAM registration process as soon as possible.

OFFEROR MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) PRIORTO THE OFFER DUE DATE /THE CLOSE OF THE SOLICITATION OR THE CONTRACTING OFFICER MAY PROCEED WITH AWARD TO THE NEXT SUCCESSFUL OFFEROR. 

SAM.GOV REGISTRATION IS FREE OF CHARGE

If you were not previously registered, please go to https://www.sam.gov . Instructions for new registration are also located at: https://www.sam.gov/sites/default/files/2024-11/entity-checklist.pdf

If you have questions about Federal Government procurements in general or need assistance in the preparation of your proposal/quote, a local APEX Accelerator, formerly known as Procurement Technical Assistance Program (PTAP) may be able to help.

The PTAP/APEX Accelerators was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Federal Government marketplace. To locate an APEX Accelerator near you, go to https://www.aptac-us.org/contracting-assistance/THIS IS A FREE SERVICE BY A NON PROFIT PAID FOR BY THE US GOVERNMENT:

Similar Opportunities

Arlington Virginia 07 Jul 2025 at 6 PM
Location Unknown 10 Dec 2025 at 5 AM (estimated)
Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)
Tinker air force base Oklahoma 31 Dec 2026 at 5 AM (estimated)
Tinker air force base Oklahoma 31 Dec 2026 at 5 AM (estimated)

Similar Awards

Oklahoma city Oklahoma Not Specified
Location Unknown 21 Jun 2017 at 3 PM
Oklahoma city Oklahoma Not Specified
Oklahoma city Oklahoma Not Specified
Location Unknown 20 Oct 2014 at 1 PM