Search Contract Opportunities

Aircraft Maintenance Services (AMS) and Depot Level Maintenance (DLM)   2

ID: 70Z03824RJ0000013 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 26, 2025, 4:00 p.m. EST

*REVISED A00007* - This solicitation has been amended. Attachment 2 - Terms and Conditions have been revised to include the following:

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Components shall not consider or use these representations.

Contracting officers will not consider the following representations when making award decisions or enforce requirements:

  • Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services;
  • Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply;
  • Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services; and
  • Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply.

Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

The following deviation was added under FAR 52.223-23. See below:

  • 52.223-23, Sustainable Products and Services (MAY 2024) (DEVIATION FEB 2025)

A00007 - Attachment 3 - Statement of Work has been revised to include the following:

The SOW was also amended to remove FAR 52.222-17 under Section 15.1 of the Phase-In plan.

All other items of this solicitation remain unchanged.

A00006 - This solicitation has been amended. Attachment 2 - Terms and Conditions have been revised to remove FAR Clause 52.222-21 and FAR Clause 52.222-26 per E.O. 14173. All other items regarding this solicitation remain unchanged.

A00005 - Subject solicitation is amended to make the following changes:

  1. Document titled "A00005 - Questions and Answers - 70Z03824RJ0000013" has been added to address questions submitted in response to the solicitation.
  2. The following documents have been revised and are attached to this solicitation. (NOTE: Only use the most recent versions posted on this amendment for proposals submitted in response to this solicitation will be reviewed for acceptability after the solicitation closes.):
  • A00005 - Questions and Answers

**The solicitation expires on Thursday, 02/28/2025 at 2:00PM EST. Please note that the deadline to submit all questions via email has expired.

A00004 - Subject solicitation is amended to make the following changes:

  1. Document titled "A00004 - Questions and Answers - 70Z03824RJ0000013" has been added to address questions submitted in response to the solicitation. **A00004 - Questions and Answers attachment has been removed and replaced with A00005 Questions and Answers.**
  2. The following documents have been revised and are attached to this solicitation. (NOTE: Only use the most recent versions posted on this amendment for proposals submitted in response to this solicitation will be reviewed for acceptability after the solicitation closes.):
  • A00004 - Attachment 1 - AMS Schedule of Services
  • A00004 - Attachment 3 - Statement of Work

**The solicitation has been extended and will now expire on Thursday, 02/28/2025 at 2:00PM EST. Please note that the deadline to submit all questions via email has expired.

A00003 - Subject solicitation is amended to make the following changes:

  1. Document titled "A00003 - Questions and Answers - 70Z03824RJ0000013" has been added to address questions submitted in response to the solicitation.
  2. The following documents have been revised and are attached to this solicitation, with previous versions removed (NOTE: Only use the most recent versions posted on this amendment for proposals submitted in response to this solicitation will be reviewed for acceptability after the solicitation closes.):
  • A00003 - Attachment 1 - AMS Schedule of Services
  • A00003 - Attachment 2 - Terms and Conditions
  • A00003 - Attachment 3 - Statement of Work
  • A00003 - ALC CBA Seniority List

**Please note that the deadline to submit all questions via email has been updated, and is now set to expire on Thursday, 01/23/2025 at 2:00PM EST. The solicitation has been extended and will now expire on Tuesday, 02/18/2025 at 2:00PM EST.

A00002 - Subject solicitation is amended to make the following changes:

  1. Document titled "A00002 - Questions and Answers - 70Z03824RJ0000013" has been added to address questions submitted in response to the solicitation.
  2. The following documents have been revised and are attached to this solicitation, with previous versions removed (NOTE: Only use the most recent versions posted on this amendment for proposals submitted in response to this solicitation will be reviewed for acceptability after the solicitation closes.):
  • A00002 - Attachment 2 - Terms and Conditions
  • A00002 - Attachment 3 - Statement of Work

A00001 - This solicitation has been amended to reattach Attachment 5 - CBA - Solicitation 70Z03824RJ0000013. All other items remain unchanged.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 70Z03824RJ000013 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01 effective 12 November 2024.

The applicable North American Industry Classification System Code is 336411. The small business size standard is 1,500 employees. This solicitation is 100% Total Small Business Set-Aside. All responsible sources may submit a proposal which shall be considered by the agency.

This contract is expected to be awarded on a competitive basis. It is anticipated that one (1) Indefinite Delivery, Indefinite Quantity (IDIQ) Type Contract consisting of one (1) one (1) year base period and, if exercised, four (4) one (1) year option periods will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. Labor Hour (LH) Task Orders will be issued in accordance with the terms and conditions of the contract as required. The list of services and estimated Labor Hours can be found on Attachment 1 - Schedule of Services 70Z03824RJ0000013 .

See Attached Documents:

Attachment 1: Schedule of Services 70Z03824RJ0000013

Attachment 2: Terms and Conditions 70Z03824RJ0000013

Attachment 3: Statement of Work (SOW) 70Z03824RJ0000013

Attachment 4: Wage Determination 70Z03824RJ0000013

Attachment 5: CBA 70Z03824RJ0000013

Attachment 6: Non-Disclosure Form 70Z03824RJ0000013

Attachment 7: Past Performance Information Sheet 70Z03824RJ0000013

Closing date and time for receipt of offers is 02/28/2025 at 2:00PM EST. Anticipated award date is TBD. All Please indicate 70Z03824RJ0000013 in the subject line. Proposals must be submitted via email to Amy.E.Whitehurst2@uscg.mil, Trenton.C.Twiford@uscg.mil and Kassandra.CK.Rountree@uscg.mil by closing date of the solicitation. Offers shall be submitted via email to Amy.E.Whitehurst2@uscg.mil, Trenton.C.Twiford@uscg.mil and Kassandra.CK.Rountree@uscg.mil. Please COPY EVERYONE. Please include the solicitation number (70Z03824RJ0000013) in the subject line.

Posted: Feb. 26, 2025, 3:10 p.m. EST
Posted: Feb. 26, 2025, 2:18 p.m. EST
Posted: Feb. 18, 2025, 11:59 a.m. EST
Posted: Feb. 4, 2025, 8:34 a.m. EST
Posted: Jan. 31, 2025, 1:23 p.m. EST
Posted: Jan. 17, 2025, 11:50 a.m. EST
Posted: Dec. 20, 2024, 2:36 p.m. EST
Posted: Dec. 17, 2024, 12:43 p.m. EST
Posted: Dec. 12, 2024, 3:55 p.m. EST
Background
The United States Coast Guard (USCG), Aviation Logistics Center (ALC) provides centralized logistics support for all USCG aviation missions. As the sole industrial complex for USCG aviation, ALC supports all aviation units. The ALC currently completes depot level maintenance (DLM) every four years on each of the USCG’s aircraft, ensuring they remain in top condition.

The ALC may also complete overhauls and repairs for various other Government aircraft and components. To support the DLM program, the USCG requires Aircraft Maintenance Services (AMS) for aircraft, components, Ground Support Equipment (GSE), Aircraft Life Support Equipment (ALSE), and various other parts and components in support of USCG aviation.

Work Details
The Contractor shall provide personnel, technical capability, supervision, and non-personal services necessary to perform AMS on aircraft, GSE, sheet metal, avionics equipment, ALSE, upholstery, and various other aircraft parts and components.

The types of work required by the contract include:
- Programmed Depot Maintenance (PDM): Reoccurring work orders for aircraft and associated parts returned directly back to aircraft for installation.
- Service Requests (SR): Non-reoccurring work orders where parts may be returned directly to aircraft/support equipment or returned to the warehouse for stock.
- 6000/8000/9000 series: Reoccurring work orders for repairs and manufacture of aircraft parts.

The contract requires labor hour services across several categories including Aircraft Mechanic I through III roles with specific qualifications outlined for each position. The contractor is responsible for employing qualified personnel who meet specified educational and experience requirements.

Period of Performance
Base Period from March 16, 2025 to March 15, 2026 with four one-year option periods extending up to March 15, 2030.

Place of Performance
The performance will occur at the facilities designated by the USCG.

Overview

Response Deadline
Feb. 28, 2025, 2:00 p.m. EST (original: Feb. 11, 2025, 2:00 p.m. EST) Past Due
Posted
Dec. 12, 2024, 3:55 p.m. EST (updated: Feb. 26, 2025, 4:00 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
79% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 12/12/24 Aviation Logistics Center issued Synopsis Solicitation 70Z03824RJ0000013 for Aircraft Maintenance Services (AMS) and Depot Level Maintenance (DLM) due 2/28/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336411 (SBA Size Standard 1500 Employees) and PSC J016.
Primary Contact
Name
Amy Whitehurst   Profile
Phone
None

Secondary Contact

Name
Trenton Twiford   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Kassandra Rountree Profile kassandra.ck.rountree@uscg.mil None

Documents

Posted documents for Synopsis Solicitation 70Z03824RJ0000013

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70Z03824RJ0000013

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70Z03824RJ0000013

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70Z03824RJ0000013

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70Z03824RJ0000013

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z03824RJ0000013

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z03824RJ0000013

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > AVIATION LOGISTICS CENTER (ALC)(000
FPDS Organization Code
7008-70Z038
Source Organization Code
100168424
Last Updated
March 15, 2025
Last Updated By
kassandra.ck.rountree@uscg.mil
Archive Date
March 15, 2025