Search Contract Opportunities

C-130 Depot Maintenance Repair and Overhaul (MRO)   3

ID: N00019-24-RFPREQ-APM207-0304 • Type: Presolicitation

Description

This notice is related to the C-130 Planned Maintenance Interval (PMI) 1/2/3 Sources Sought Notice N00019-24-RFPREQ-APM207-0304 posted on 01 November 2023, and the Special Notice of Industry Day for C-130 Planned Maintenance Interval (PMI) 1/2/3 Indefinite Delivery Indefinite Quantity (IDIQ) Contract posted on 10 April 2024. The name of this effort has been revised from C-130 Planned Maintenance Interval (PMI) 1/2/3 to C-130 Depot Maintenance Repair and Overhaul (MRO) to better reflect the variety of services anticipated under this procurement. Based on review of capability statements received in response to the Sources Sought Notice, and additional information obtained through the Industry Day, the Naval Air Systems Command (NAVAIR) announces its intention to procure C-130 Depot MRO services via a Federal Acquisition Regulation (FAR) Part 15 full and open competition. The applicable North American Industry Classification System (NAICS) code is 488190 (Other Support Activities for Air Transportation).

NAVAIR intends to award a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period and an option ordering period of up to five years. It is anticipated that the IDIQ contract will include firm-fixed-price, labor hour, and cost reimbursement contract line items (CLINs). The scope of effort under this IDIQ contract will include scheduled and unscheduled MRO services for the Department of the Navy for KC-130J/C-130J/KC-130T/C-130T and KC-130T-30 (hereafter referred to as C/KC-130) aircraft. It is anticipated that services to be performed will include: Scheduled Planned Maintenance Interval (PMI) events 1 (540-day inspection), 2 (1080-day inspection), and 3 (Standard Depot Level Maintenance, formerly known as PMI ); Repetitive maintenance tasking; In-Service Repairs for requirements discovered incidental to scheduled inspections or during squadron operational use; Customer Service Requests for scheduled and unscheduled maintenance tasks requested to be performed concurrent with PMI activities; and Incorporation of Technical Directives (TDs) and Aircraft Mods. The MRO services will also include Engineering, Logistics, and Program Management support necessary to support the requirements of the contract.

Fulfillment of these requirements will take place primarily at the contractor's facility, but also within or outside of the Continental United States at field activities' main operating bases or at deployed locations. The contractor's facility where the MRO services will be performed shall be located in continental North America, have hangar space to accommodate up to six (6) C/KC-130 aircraft, and have on-site capability to completely strip and repaint the Navy's C/KC-130 aircraft. PMI events (including secondary inspection and repair procedures) will be performed at the contractor's facility, and will be based on the latest NAVAIR Specifications. The Contractor will be responsible for providing support equipment and operational ground handling support for arrival, departure and maintenance of the aircraft, and for providing support equipment and special tooling associated with the inspection tasks, repairs, servicing operational checks and Functional Check Flight (FCF). The Contractor shall provide aircrew for FCF and Ferry Flight operations. Additionally, the Contractor will be responsible for the procurement and supply of all consumable parts and materials. The Contractor shall be capable of supporting a maximum workload of six (6) C/KC-130 aircraft simultaneously in flow for MRO services.

Contract Award is planned to occur during third quarter of Government Fiscal Year (FY) 2026. NAVAIR intends to provide draft solicitation documentation for industry review and comment during the third quarter of Government FY 2025. Please monitor SAM.gov for updates pertaining to this procurement, including draft solicitation documentation.

This notice is published for informational purposes only. This is not a request for proposal. There is no commitment by the Government to issue a solicitation, make an award, or to be responsible for any funds expended by any interested parties before award of a contract. Information provided herein is subject to change and in no way binds the Government.

Overview

Response Deadline
Dec. 27, 2024, 5:00 p.m. EST Past Due
Posted
Dec. 12, 2024, 8:34 a.m. EST
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Odds of Award
34%
Vehicle Type
Indefinite Delivery Contract
On 12/12/24 Naval Air Systems Command issued Presolicitation N00019-24-RFPREQ-APM207-0304 for C-130 Depot Maintenance Repair and Overhaul (MRO) due 12/27/24. The opportunity was issued full & open with NAICS 488190 and PSC J015.
Primary Contact
Name
Greg Webster   Profile
Phone
None

Secondary Contact

Name
Shawn Campbell   Profile
Phone
None

Documents

Posted documents for Presolicitation N00019-24-RFPREQ-APM207-0304

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N00019-24-RFPREQ-APM207-0304

Incumbent or Similar Awards

Contracts Similar to Presolicitation N00019-24-RFPREQ-APM207-0304

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00019-24-RFPREQ-APM207-0304

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00019-24-RFPREQ-APM207-0304

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
Jan. 11, 2025
Last Updated By
gregory.j.webster8.civ@us.navy.mil
Archive Date
Jan. 11, 2025