Search Contract Opportunities

Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet   2

ID: FA8134-24-R-0002 • Type: Sources Sought

Description

Posted: April 26, 2024, 4:21 p.m. EDT

SYNOPSES OF PROPOSED CONTRACT ACTION IAW FAR 5.201 - PROPOSALS ARE NOT REQUESTED AT THIS TIME.

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. NOTHING IS DUE AT THIS TIME. This Sources Sought Notification (SSN) is in support of Market Research being conducted by the United States Air Force (USAF) to notify interested capable prime contractors or subcontractors that Request for Information (RFI) to perform on C-12 Contractor Logistics Support (CLS) is forthcoming with more details. This is NOT a Request for Proposal (RFP) or solicitation.

The Air Force Life Cycle Management Center (AFLCMC) Executive Airlift Division, Tinker AFB OK, seeks to specifically identify capable sources under NAICS Code 488190 and other firms that may be capable of providing all or portions of CLS services for the C-12 aircraft fleet. The Government plans to issue RFI to inquire industry feedback on areas identified below to support development of the requirement and overall strategy for this potential contract.

Program Description: The C-12 platform provides diplomatic and special duty support for the Defense Intelligence Agency (DIA) and Defense Security Cooperation Agency (DSCA); passenger/cargo/medevac support for Pacific Air Force at Yokota AFB, Japan and Elmendorf AFB, AK; and test support at 586FLTS Holloman AFB, NM and 412TW Edwards AFB, CA.

Fleet size and Place of Performance: The program currently includes thirty (30) C-12 aircraft (models C/D/F and J) at three (3) continental United State (CONUS) locations and seventeen (17) outside continental United States (OCONUS) locations. Additional aircraft and sites/locations could be added/changed/deleted over the life of the contract.

Description of Required C-12 Services:

1. Contractor Logistics Support

  • perform schedule and unscheduled maintenance by employing the required qualified personnel
  • maintain the fleet in an FAA airworthy status,
  • perform aircraft inspections (field and depot level),
  • conduct landing and recovering duties,
  • troubleshoot/repair in-flight discrepancies,
  • replace faulty aircraft components,
  • overhaul faulty components at FAA certified repair facilities/stations,
  • maintain support equipment and aerospace ground equipment in a serviceable condition, and
  • perform aircraft paint and provide engine repair and overhaul at FAA certified engine overhaul repair facility

2. Supply Support

  • identify, procure, stock, store and issue common and peculiar spare parts, components, consumables and bench stock for the aircraft systems, subsystems, engines, landing gear and test/support equipment,
  • maintain contractor owned spares and support equipment through a Contractor Owned and Maintained Parts (COMP) at each site, and
  • ship and receive supply items through international customs in a timely manner

Duration of the Contract Period: The ordering period under this proposed contract shall be from initial contract award through each exercised option period for a maximum contract length of 10 years (which includes the possible extension of services up to six months IAW FAR 52.217-8.) The minimum required performance for this contract is the Base Period/Phase-in of one year. Total ordering period of this contract is subject to the availability of funds. Electronic procedures will be used for this solicitation.

Contract Line Item Number (CLIN): CLIN structures will be within the RFP that will be posted on SAM.gov in the future.

Technical Data: The Government will not furnish the technical data required for performance of C-12 CLS contract with the forthcoming solicitation. Instructions for requesting/obtaining access to such data will be made available through https://www.sam.gov in the solicitation.

This is SSN. RFI is forthcoming and nothing is due at this time. Please send questions to hiwot.tamirat@us.af.mil, jennifer.petrusawich@us.af.mil, and grace.mcginnis.1@us.af.mil

Posted: March 27, 2024, 3:22 p.m. EDT
Posted: March 27, 2024, 1:50 p.m. EDT

Overview

Response Deadline
None
Posted
March 27, 2024, 1:50 p.m. EDT (updated: April 26, 2024, 4:21 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
14%
On 3/27/24 AFLCMC Tinker AFB issued Sources Sought FA8134-24-R-0002 for Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet. The opportunity was issued full & open with NAICS 488190 and PSC J015.
Primary Contact
Name
Hiwot Tamirat   Profile
Phone
None

Secondary Contact

Name
Jennifer Petrusawich   Profile
Phone
None

Documents

Posted documents for Sources Sought FA8134-24-R-0002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FA8134-24-R-0002

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA8134-24-R-0002

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA8134-24-R-0002

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA8134-24-R-0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > MOBILITY AIRCRAFT > FA8106 AFLCMC WLK
FPDS Organization Code
5700-FA8106
Source Organization Code
500042541
Last Updated
May 26, 2024
Last Updated By
hiwot.tamirat@us.af.mil
Archive Date
May 26, 2024