Search Contract Opportunities

B-1 & B-52 Bombers Engineering Services   3

ID: FA8107-18-R-0002 • Type: Presolicitation
HigherGov Subscribers Knew about This Opportunity Months Early

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

Posted: Nov. 16, 2018, 4:54 p.m. EST

AMENDMENT 1

The purpose of this amended synopsis is to include the following which was missed on the initial posting. In accordance with (IAW) FAR 5.207 (c)(6), options are being contemplated on this contract. As mentioned, the length of this contract is expected to be 10 years, which includes a 1-year basic period and eight 1-year option periods, one 6 month option period, and one 6 month option to extend services (IAW FAR 52.217-8).

In addition, IAW FAR 5.207 (c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

Posted: Dec. 29, 2017, 3:08 p.m. EST

This announcement constitutes the official pre-award synopsis, as the U.S. Air Force intends to award recurring and non-recurring engineering services contract with activities encompassing NAICS Code 336411 (size standard of 1,500 employees). This award is based on Title 10 U.S.C. 2304(c)(1), whereby the supplies or services required are available from only one source, and no other type of supplies or services will satisfy agency requirements.

A single award indefinite delivery, indefinite quantity contract vehicle with multiple contract types is anticipated with a period of performance of 10 years. The services include, but not limited to, document maintenance, system engineering, technical analyses, design engineering, system integration hardware and software support, safety analyses, reliability and maintainability analyses, test support, cost estimation, schedule development, accident investigation, feasibility studies, deficiency report analysis, field problem investigation, Interim Contractor Support (ICS), support for Fully Integrated Data Link, Central Integrated Test System, Vertical Situational Display Upgrade, in-flight emergency response, integrity programs, weapons integration support and generalized fleet support. This effort will consolidate B-1 and B-52 engineering sustainment services requirements formerly provided via B-1 Engineering Services (FA8107-14-D-0001) and B-52 Engineering Sustainment Program (FA8107-09-D-0001) contracts.
As the sole integrator for the B-1 and B-52 aircraft, The Boeing Company (CAGE# 82918) is the only contractor with the technical knowledge of the systems and software necessary to provide the technical data, resources, and expertise necessary to fulfill the Government's requirements.

Anticipated RFP Solicitation Release Date is: January 2018

Anticipated Response Date: April 2018

The estimated award date is: December 2018

All interested parties should refer to this posting frequently. Additional acquisition-related information shall be posted accordingly as it becomes available. Electronic procedures will be used for this solicitation through FedBizOps at https://www.fbo.gov/. No telephone requests.

For further information contact:

Contracting Office Address:
AFLCMC/WWK (B-1 & B-52)
3001 Staff Drive
Tinker AFB, OK 73145
UNITED STATES

Place of Performance:
6001 S Air Depot Blvd
Oklahoma City, OK 73135-5922
UNITED STATES

Primary Point of Contact:
Kyle Rust, Contracting Officer, kyle.rust@us.af.mil
Ryan Moehle, Contracting Specialist, ryan.moehle.1@us.af.mil

Overview

Response Deadline
Nov. 19, 2018, 11:00 a.m. EST (original: Jan. 15, 2018, 11:00 a.m. EST) Past Due
Posted
Dec. 29, 2017, 3:08 p.m. EST (updated: Nov. 16, 2018, 4:54 p.m. EST)
Set Aside
None
Place of Performance
AFLCMC/WWK (B-1 & B-52) 3001 Staff Drive TINKER AFB, OK 73145 USA
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
90%
Vehicle Type
Indefinite Delivery Contract
On 12/29/17 AFLCMC Tinker AFB issued Presolicitation FA8107-18-R-0002 for B-1 & B-52 Bombers Engineering Services due 11/19/18. The opportunity was issued full & open with NAICS 336411 and PSC R.
Primary Contact
Title
Contracting Officer/Supervisor
Name
Kyle M. Rust   Profile
Phone
(405) 739-2582

Secondary Contact

Title
Contract Specialist
Name
Ryan Moehle   Profile
Phone
(405) 739-3926

Documents

Posted documents for Presolicitation FA8107-18-R-0002

Opportunity Lifecycle

Procurement notices related to Presolicitation FA8107-18-R-0002

Award Notifications

Agency published notification of awards for Presolicitation FA8107-18-R-0002

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation FA8107-18-R-0002

Contract Awards

Prime contracts awarded through Presolicitation FA8107-18-R-0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA8107-18-R-0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA8107-18-R-0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PK/PZ Tinker AFB
Source Organization Code
683463a1d1eec512ae7ea16a4b48e370
Last Updated
Dec. 4, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 4, 2018