Search Contract Opportunities

C-130 Contract Depot Maintenance (UDLM/PDM)   3

ID: FA850420R0001 • Type: Presolicitation
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Program Name: C-130 Contract Depot Maintenance (UDLM/PDM)

NOTE: See FA8504-18-R-0002 - C-130 PDM/UDLM, (Original Synopsis dated 23 May 2018) for Draft Request For Proposals (RFPs), Requests for Information, Contractor Questions, Government Responses, Attachments, and Other Documents. This Synopsis and final RFP will be posted under FA8504-20-R-0001.

NOTE: Pending release of final RFP, the minimum order for the first task order is scheduled to be 6 PDMs.

This is a notice of intent that AFMC AFLCMC/WLNKA, C-130 Mobility, at Robins AFB GA, anticipates issuing a Request for Proposal for C-130 Contract Depot Maintenance [Unscheduled Depot Level Maintenance UDLM)/Programmed Depot Level Maintenance (PDM)] and Mid-Cycle Paint to address service capability to complete overflow C-130 UDLM/PDM Contract Depot Maintenance and Mid-Cycle Paint that cannot be accomplished organically due to capacity constraints at the USAF Air Logistics Complexes.

This will be a five year Indefinite Delivery/Indefinite Quantity contract with pricing arrangements of predominately Firm Fixed Price (FFP) but will also include a mixture of other contract types for Travel (Cost Reimbursable No Fee), Fuel (Cost Reimbursable No Fee), and Over and Above (O&A) (Time and Material).

This effort is for a best value source selection per FAR 15, Contracting by Negotiations, as supplemented. The Government intends to award one contract to an Offeror within the CONUS region. Foreign companies will not be permitted to participate in the competition.

The anticipated Schedule B is as follows:

CLIN

Noun

Contract Year

Minimum

Maximum

Pricing Arrangement

Unit

X001

C-130 Programed Depot Maintenance

(PDM)

1

2

3

4

5

6

6

6

6

6

12

12

12

12

12

FFP

FFP

FFP

FFP

FFP

EA

EA

EA

EA

EA

X002

C-130 Unscheduled Depot Level Maintenance (UDLM)

1

2

3

4

5

1

1

1

1

1

16

16

16

16

16

FFP

FFP

FFP

FFP

FFP

EA

EA

EA

EA

EA

X003

C-130 PDM Paint

1

2

3

4

5

6

6

6

6

6

12

12

12

12

12

FFP

FFP

FFP

FFP

FFP

EA

EA

EA

EA

EA

X004

C-130 Mid-Cycle Paint

1

2

3

4

5

5

5

5

6

6

6

6

6

10

13

FFP

FFP

FFP

FFP

FFP

EA

EA

EA

EA

EA

CLIN

Noun

Contract Year

Quantity

Pricing Arrangement

Unit

X005

C-130H/C-130J AFTO Form 103 Catalog M Tasks (Priced at time of award)

1

2

3

4

5

TBD at time of individual task order

FFP

FFP

FFP

FFP

FFP

LO

LO

LO

LO

LO

X006

C-130H/C-130J AFTO Form 103 Catalog M Tasks (Unpriced at time of award)

1

2

3

4

5

TBD at time of individual task order

FFP

FFP

FFP

FFP

FFP

LO

LO

LO

LO

LO

X007

Over & Above

1

2

3

4

5

TBD at time of individual task order

T&M

T&M

T&M

T&M

T&M

LO

LO

LO

LO

LO

X008

Fuel

1

2

3

4

5

TBD at time of individual task order

CRNF

CRNF

CRNF

CRNF

CRNF

LO

LO

LO

LO

LO

X009

Travel

1

2

3

4

5

1

1

1

1

1

CRNF

CRNF

CRNF

CRNF

CRNF

LO

LO

LO

LO

LO

Period of Performance: Ordering periods will be 12 month for basic and all four options. Period of Performance will be included in individual task orders.

This RFP will be issued for full and open competition. Offerors shall prepare their proposals in accordance with mandatory and detailed instructions contained in the RFP. This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and AFFARS 5315.3 to make an integrated assessment for a best value award decision.

This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.101-2 and 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. The Government intends to award one contract as a result of this solicitation. In using the best value approach, the Government seeks to award to the Offeror who gives the Air Force the greatest confidence that it will best meet or exceed our requirements affordably in a way that will be advantageous to the Government. This may result in an award to a higher rated, higher priced Offeror where the decision is consistent with the evaluation factors and the Source Selection Authority (SSA) reasonably determines that the technical superiority and/or overall business approach and/or superior past and present performance of the higher priced Offeror outweighs the cost difference. To arrive at a best value decision, the SSA will integrate the source selection team's evaluations of the factors and subfactors described in this provision. While the Government will strive for maximum objectivity, the tradeoff process, by its nature, is subjective; therefore, professional judgment is implicit throughout the selection process. Offerors are reminded that the Government will only evaluate one proposal from each Offeror. Award will be made to the responsible Offeror whose proposal conforms to all required terms and conditions, includes all required representations and certifications, meets all requirements set forth in the RFP, has acceptable Small Business Participation, and also provides the best value to the Government based on the results of the evaluation as described below.

Among the Offerors who are determined to be technically acceptable, tradeoffs may be made between technical risk (Factor I), past performance (Factor II), and cost/price (Factor III). Past performance (Factor II) is considered greater than Technical Risk (Factor I), which when combined are both (Factor I and II) significantly more important than Cost/Price (Factor III). However, Cost/Price (Factor III) is an important consideration in the best value award decision. Within Technical Risk (Factor I), Subfactor 1, Production Plan, and Subfactor 2, Facilities, are of equal importance. Both Subfactors 1 and 2 are more important than Subfactor 3, Small Business Participation. The Offeror must have an acceptable Technical proposal and Small Business Participation proposal to be considered in the tradeoff decision.

A RFP is expected to be released approximately 13 November 2019, with an approximate final response date of 20 January 2020. Foreign companies will not be permitted to participate in this competition.

The RFP will be posted at www.fedbizopps.gov. If you desire to obtain a copy you must go to www.fedbizoops.gov to do so. All questions regarding the RFP must be submitted in writing, via email, to Victor Conner, victor.conner@us.af.mil, Sharnarra Reid, sharnarra.reid.1@us.af.mil and Beckie King, beckie.king@us.af.mil. Phone calls will not be accepted and telephone questions will not be honored. Offerors are encouraged to register to receive notifications for this solicitation and all amendment/revisions, if applicable, and to check the FEDBIZOPS site prior to submission of proposal.

NOTE: A contractor from COLSA Corporation will serve as an advisor for this evaluation. Proposal submission is considered consent to allowing the use of the aforementioned contractor support.

NOTE: See FA8504-18-R-0002 - C-130 PDM/UDLM, (Original Synopsis dated 23 May 2018) for Draft Request For Proposals (RFPs), Request for Information, Contractor Questions, Government Responses, Attachments, and Other Documents. Final Synopsis and final RFP will be posted under FA8504-20-R-0001.

NOTE: Pending release of final RFP, the minimum order for the first task order is scheduled to be 6 PDMs.

Overview

Response Deadline
None
Posted
Oct. 10, 2019, 3:55 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
78%
Vehicle Type
Indefinite Delivery Contract
On 10/10/19 AFLCMC Robins AFB issued Presolicitation FA850420R0001 for C-130 Contract Depot Maintenance (UDLM/PDM). The opportunity was issued full & open with NAICS 336411 and PSC 15.
Primary Contact
Title
Contract Specialist
Name
Victor K. Conner   Profile
Phone
(478) 926-7981

Secondary Contact

Title
Contract Specialist
Name
Sharnarra K. Reid   Profile
Phone
(478) 926-9610

Documents

Posted documents for Presolicitation FA850420R0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation FA850420R0001

Award Notifications

Agency published notification of awards for Presolicitation FA850420R0001

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation FA850420R0001

Contract Awards

Prime contracts awarded through Presolicitation FA850420R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA850420R0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA850420R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PK/PZ - Robins AFB
Source Organization Code
1b2956aa0dc6fbb44d628a7c35c85884
Last Updated
Oct. 10, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 10, 2019