Search Contract Opportunities

Boeing 737-400 Aircraft Heavy Maintenance Check

ID: 15M30025QA3700002 • Type: Synopsis Solicitation

Description

Posted: June 10, 2025, 6:06 p.m. EDT

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 2025. The final date to submit questions is 23 June 2025.

Questions of a technical nature should be addressed in writing to Rob Hankins rob.hankins@usdoj.gov

Questions of a contractual nature should be addressed in writing to Sheila Nimrod, Contracting Officer Sheila.nimrod@usdoj.gov

All quotes/offers shall be submitted via e-mail to: Sheila.nimrod@usdoj.gov. 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 Sheila.nimrod@usdoj.gov

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:

Posted: June 9, 2025, 1:29 p.m. EDT
Background
The U.S. Marshals Service (USMS) is issuing this solicitation for commercial services related to the maintenance of a Boeing 737-400 aircraft as part of their Justice Prisoner & Alien Transportation System (JPATS). The goal of this contract is to ensure the aircraft is maintained in accordance with federal regulations and operational standards, thereby supporting the agency's mission of transporting prisoners and aliens securely and efficiently.

Work Details
The contractor will perform a Heavy Maintenance Check on a U.S. Marshals Service owned Boeing 737-400 aircraft (MSN 26279, registration number N279AD) located in Oklahoma City, OK. The maintenance tasks include: Monthly Checks, 1A, 2A, 1C, 2C, 3C, and 6C checks. All work must be completed within 45 days from the date of induction (scheduled for February 10, 2026). The contractor is responsible for providing all labor, equipment, supplies, and supervision necessary to complete the maintenance tasks. The work must adhere to the performance work statement (PWS) and be adequately planned and supervised to optimize maintenance activities. The contractor must demonstrate relevant experience in similar services over the past five years and possess the necessary certifications as per FAA regulations.

Period of Performance
The contract period of performance is from February 9, 2026, to March 4, 2026.

Place of Performance
The maintenance work will be performed at the contractor's repair facility in Oklahoma City, OK.

Overview

Response Deadline
July 7, 2025, 2:00 p.m. EDT Past Due
Posted
June 9, 2025, 1:29 p.m. EDT (updated: June 10, 2025, 6:06 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
$40,000,000 (value based on agency estimated range)
On 6/9/25 USMS Justice Prisoner and Alien Transportation System issued Synopsis Solicitation 15M30025QA3700002 for Boeing 737-400 Aircraft Heavy Maintenance Check due 7/7/25. The opportunity was issued full & open with NAICS 488190 and PSC J015.
Primary Contact
Name
Sheila Nimrod   Profile
Phone
(816) 490-4749
Fax
(816) 490-4782

Secondary Contact

Name
Victor J. Stamps   Profile
Phone
(816) 519-3519
Fax
8164904782

Additional Contacts in Documents

Title Name Email Phone
Technical Contact Rob Hankins Profile rob.hankins@usdoj.gov None

Documents

Posted documents for Synopsis Solicitation 15M30025QA3700002

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 15M30025QA3700002

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 15M30025QA3700002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 15M30025QA3700002

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > US MARSHALS SERVICE > US MARSHALS SERVICE
FPDS Organization Code
1544-15M300
Source Organization Code
100188611
Last Updated
July 22, 2025
Last Updated By
sheila.nimrod@usdoj.gov
Archive Date
July 22, 2025