Search Contract Opportunities

Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Multiple Award IDIQ   2

ID: FA810824RB001RFP • Type: Solicitation

Description

Posted: April 23, 2025, 10:13 a.m. EDT

Request for Proposal

Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Program Multiple Award IDIQ

Funds are not presently available for this acquisition. No Task Order awards will be made until appropriated funds are available. Funds are anticipated to be available in FY25/FY26.

The CFT LASR Program supports multiple customers by providing timely and high-quality maintenance augmentation for fielded active weapon systems worldwide. These CFTs can perform modification, organizational/ intermediate/depot maintenance, inspection, and repair of active systems in the US Government inventory, such as aircraft: fixed-wing, rotary-winged and drone; vehicles; aerospace equipment; missile systems; subsystems such as engines, communications, and cryptologic equipment; and ground support equipment. Efforts will include on-site Organizational level (O), Intermediate/Field (I), and Depot/Sustainment (D) level maintenance support at customer (government-owned or government-leased) facilities located both in the continental United States (CONUS) and outside the continental United States (OCONUS). All weapon systems supported under the CFT LASR contract will be non-commercial and must have Government-owned technical data. The objectives and requirements identified within the Attachment 1 - Performance Work Statement are described in general terms. Each task order (TO) will be tailored to address customer specified task order requirements, scheduling, task order options, and performance criteria. As with any contract, clearly understanding the task and defining the requirement is the most important step a customer can take to assure a successful outcome. The purpose of the CFT LASR contract is to provide government organizations with the ability to augment their organic maintenance capabilities with qualified contract maintenance personnel. The CFT LASR contract does not provide for and cannot fulfill organizational needs for Total System Performance Responsibility (TSPR), Turn-Key Operations, Government-Owned Contractor-Operated (GOCO) facilities, or logistics-only support operations. The CFT LASR contract cannot be utilized to fulfill organizational needs for personal services or inherently governmental functions.

The Government is establishing a Multiple Award Indefinite-Delivery Indefinite-Quantity solicitation/contract as contemplated by FAR 16.504 and referenced in FAR 52.216-22 Indefinite Quantity. Task orders will be awarded using the procedures found in FAR 16.505(b)(1). The contract type is combination of Firm Fixed Price, Cost Reimbursement, and Time & Materials. The estimated period of performance includes one 5-year basic ordering period and one 5-year option period for a potential total of up to ten (10) years. Because the CFT LASR is a multiple award acquisition, the dollar amount issued under any CFT LASR contract/task order will count towards the total contract maximum of $7,009,592,463.00. The sum contract value of all CFT contracts/task orders shall not exceed the total program ceiling. The contract maximum is $7.009B for all task orders issued under the multiple CFT basic contracts. Awards will neither be based on the Lowest Price Technically Acceptable (LPTA) nor Tradeoffs. Within the best value continuum, FAR 15.101 defines best value as using any one or a combination of source selection approaches. For CFT LASR, the best value basis for award will be determined by utilizing the Highest Technically Rated Offerors (HTRO) Minimum Technical Threshold Rating (MTTR) approach. HTRO will best achieve the objective of awarding contracts to Offerors meeting the LASR program's primary goals and objectives by providing rapid labor augmentation capability for all levels of maintenance. Solicitation instructions and information regarding evaluation criteria can be found in Attachment 4, Section L - Instructions to Offerors and Attachment 6, Section M - Evaluation Factors for Award.

This solicitation is a Partial Set-Aside of task orders for small businesses and potentially other socioeconomic categories as defined in FAR 19.000(a)(3), that the Government estimates will require the contractor to provide less than 100 full-time equivalents (FTEs) of personnel per task order in the CONUS or less than 50 FTEs OCONUS. Only qualifying small businesses will be eligible to compete for set-aside task orders. Task orders larger than the partial set-aside will be available for competition among contractors (large or small) who successfully compete under the non-set-aside portion of this solicitation for the Full and Open Competition Pool. Small Business offerors shall clearly indicate the pool(s) in which they intend to compete on the front page of the RFP. Small businesses may elect to compete in either or both competition pool(s). If a small business elects to compete in the full and open pool, they must submit a separate proposal, to include all volumes, for the Full & Open Competition Pool and meet all the criteria for that pool to be eligible for award. Successfully performing small businesses may become eligible to expand into the full and open pool IAW FA8108.52.219-9ZH6 and FA8108.52.216-9ZH7 located in Attachment 2, H-Clause.

Foreign participation is prohibited.

The Contracting Officers listed in this posting are the sole points of contract for this solicitation. Updated proposals will not be accepted for Amendment 0004.

Amendment 0001 - The proposal due date is extended to 5:00PM CST on August 26, 2024.
Amendment 0002 - The purpose of this amendment is to provide Q&A answers and make administrative changes to the RFP and accompanying attachments. The Government's Q&A response can be found in the Attachments section of this posting.

Amendment 0003 - The purpose of this amendment is to re-open competition, make administrative changes to the RFP and accompanying attachments that includes changes to submission requirements for Factor 1 AS9100D Certification. Please see the summary of changes within the posting on sam.gov.

As a result of this amendment, all Offerors who submitted a timely proposal in response to the proposal due date of August 26, 2024 at 5:00PM CST shall be notified by the Contracting Officer via email that the solicitation has been amended. Offerors will be provided the opportunity to either submit a revised proposal in its entirety or choose to certify in writing that their original proposal submission(s) remain valid. Offerors are encouraged to review the latest solicitation amendment and attachments against their original proposal submission before choosing to certify in writing that their original proposal submission(s) remain valid. Offerors shall certify in writing stating that the Offeror will stand on their original proposal dated in accordance with their original proposal submission. If an Offeror chooses to keep their original proposal submission, the Offeror must still submit a signed SF30 for Amendment 0003. Additionally, the Offeror shall state the proposal is valid for 365 days from the date of issuance of Amendment 0003.

Summary of Changes - Amendment 0003 - Please see attached Summary of Changes

Questions for Amendment 0003 will be taken through 20 December 2024 at 12pm CST. Please send questions to BOTH Colton Kalivas (colton.kalivas@us.af.mil) and Jennifer Russ (jennifer.russ@us.af.mil).

Amendment 0004 - The purpose of this amendment is to remove/update mandated Provisions and Clauses in accordance with Executive Orders 14173, 14168 and 14148; Class Deviation 2025-O0003 and 2025-O0004 and update the PWS and CDRLs/DIDs for A006 and A007. Please see the summary of changes within the posting on sam.gov.

As a result of this amendment 0004, no updated proposals will be accepted; however, you must return a signed copy of the SF30 for Amendment 0004.

Summary of Changes - Amendment 0004 - Please see attached Summary of Changes

Posted: Jan. 14, 2025, 11:42 a.m. EST
Posted: Jan. 14, 2025, 10:20 a.m. EST
Posted: Dec. 18, 2024, 10:46 a.m. EST
Posted: Dec. 17, 2024, 9:59 a.m. EST
Posted: Dec. 13, 2024, 10:39 a.m. EST
Posted: Dec. 13, 2024, 9:34 a.m. EST
Posted: Aug. 5, 2024, 3:42 p.m. EDT
Posted: Aug. 2, 2024, 7:43 a.m. EDT
Posted: Aug. 1, 2024, 1:48 p.m. EDT
Posted: July 11, 2024, 1:43 p.m. EDT
Posted: June 25, 2024, 12:22 p.m. EDT
Posted: June 24, 2024, 2:21 p.m. EDT
Background
The CFT LASR Program supports multiple customers by providing timely and high-quality maintenance augmentation for fielded active weapon systems worldwide. The purpose of the CFT LASR contract is to provide government organizations with the ability to augment their organic maintenance capabilities with qualified contract maintenance personnel.

Work Details
Efforts will include on-site Organizational level (O), Intermediate/Field (I), and Depot/Sustainment (D) level maintenance support at customer facilities located both in the continental United States (CONUS) and outside the continental United States (OCONUS).
All weapon systems supported under the CFT LASR contract will be non-commercial and must have Government-owned technical data.
The objectives and requirements identified within the Attachment 1 - Performance Work Statement are described in general terms. Each task order (TO) will be tailored to address customer specified task order requirements, scheduling, task order options, and performance criteria.

Period of Performance
The estimated period of performance includes one 5-year basic ordering period and one 5-year option period for a potential total of up to ten (10) years.

Place of Performance
The geographic location(s) the contract will be performed are both in the continental United States (CONUS) and outside the continental United States (OCONUS).

Overview

Response Deadline
Jan. 22, 2025, 1:00 p.m. EST (original: July 25, 2025, 6:00 p.m. EDT) Past Due
Posted
June 24, 2024, 2:21 p.m. EDT (updated: April 23, 2025, 10:13 a.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
United States
Source
SAM
Links

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
98% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 6/24/24 Air Force Sustainment Center issued Solicitation FA810824RB001RFP for Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Multiple Award IDIQ due 1/22/25. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 336411 (SBA Size Standard 1500 Employees) and PSC J010.
Primary Contact
Name
Jennifer Russ   Profile
Phone
None

Secondary Contact

Name
Colton Kalivas   Profile
Phone
None

Documents

Posted documents for Solicitation FA810824RB001RFP

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation FA810824RB001RFP

Incumbent or Similar Awards

Contracts Similar to Solicitation FA810824RB001RFP

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA810824RB001RFP

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA810824RB001RFP

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8108 AFSC PZIE
FPDS Organization Code
5700-FA8108
Source Organization Code
500042481
Last Updated
April 23, 2025
Last Updated By
jennifer.russ@us.af.mil
Archive Date
June 30, 2027