Posted: Dec. 6, 2024, 6:26 p.m. EST
*** Government Responses to Contractors Questions regarding the Draft RFP are Posted Today, Friday, 06 December 2024 *** See attached document named "Draft RFP Questions and Answers_FA813425RB002_C-12 CLS.pdf." ***
_____________________________________________________________________
***Change to planned Pre-Solicitation Conference is Posted Today Tuesday, 29 Oct 2024 ***
The scheduled Pre-Solicitation Conference for Friday, 01 November 2024 is hereby canceled. Government is extending the time to submit questions on the Draft RFP until COB 01 November 2024. Responses to the questions received will be posted on SAM.gov to give potential offerors chance to review and send follow-up questions, if necessary, before the official release of the RFP. Pre-Proposal Conference will be scheduled once official RFP has been issued.
__________________________________________________________________________
***Draft Request for Proposal (RFP) has been posted today, Monday, 21 October 2024.
See attachments. Our contract writing system is currently down and documents are posted separately below.
CUI//SSEL
Draft Request for Proposal
Subject: Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet
NAICS Code: 488190
Product or Service Code. J015
Proposed Solicitation Number: FA8134-24-R-B001 (Subject to Change)
Contracting Office Address: 3001 Staff Drive STE 1AC4 106C, Tinker AFB, Ok 73145-3303
Contracting Officer: Hiwot Tamirat, hiwot.tamirat@us.af.mil, 405-734-3923
Jennifer Petrusawich, jennifer.petrusawich@us.af.mil
Contractors responding are hereby notified that participation may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation. This is not a solicitation for proposals; no contract shall be awarded from this announcement. Nothing shall be construed herein to commit or obligate the Government to further action as a result of this research. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses. Any information provided by industry to the Government as a result of this notice is strictly voluntary.
Instructions:
This is NOT a solicitation. Proposal is NOT requested and the Government is NOT accepting proposals at this time. This Draft Request for Proposal (RFP) and its attachments are posted for industry review and are subject to change prior to their official release. The purpose of release of these draft documents is to facilitate an improve understanding of the Government requirements. Industry is encouraged to submit written questions regarding the draft documents using the Excel document provided, C-12 CLS Questionnaire-Draft RFP .
When submitting questions/comments/concerns please do not include an overview of your company/business, please do not restate how your company/business can complete the task differently or better. Please submit only questions/comments to help the Government enhance the solicitation or DRAFT documents posted.
Government POC:
All questions shall be forwarded to the attention of the Contracting Officer via email to the PCO Ms. Hiwot Tamirat hiwot.tamirat@us.af.mil or Ms. Jennifer Petrusawich at jennifer.petrusawich@us.af.mil. Email responses are required to maintain a written record.
Controlled Document Access:
This draft solicitation contains the DFARS clause 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. To access Controlled Documents:
- Submit approved DD Form 2345 via email to the PCO at hiwot.tamirat@us.af.mil and jennifer.petrusawich@us.af.mil. The request shall include the applicable solicitation number, and a copy of current, approved DD Form 2345. any controlled data is subject to applicable data rights.
The form, including instructions for completing the form, is available at https://www.esd.whs.mil/Directives/forms/ or https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf. The Government is not responsible for incomplete, misdirected, or untimely requests.
- Ensure your company is registered on the Joint Certification Program (JCP) website at https://www.dla.mil/Logistics-Operations/Services/JCP/. If assistance is needed with JCP, the Help phone number is 1-877-352-2255.
- Once steps 1) and 2) above are completed, the DATA CUSTODIAN listed in DD Form 2345 Block 3 should request access to Controlled documents provided on www.SAM.gov under this draft RFP. All other requesters will be rejected. If assistance is needed with www.SAM.gov, the Help phone number is 1-866-606-8220. *Please allow 5 business days for processing of each request.
Purpose:
The purpose of this proposed acquisition is to procure Contractor Logistics Support services for the USAF C-12 aircraft fleet.
Program Description:
The C-12 is militarized version of the FAA-type certificated Beechcraft King Air 200 and 1900 series aircraft. The C-12C (A200) and the C-12D (A200CT) are powered by twin Pratt & Whitney PT6A-41 turboprop engines. The C-12F (B200C) is powered by twin Pratt & Whitney PT6A-42 turboprop engines. The C-12J (1900D) is powered by twin Pratt & Whitney PT6A-65 turboprop engines. The aircraft utilized by the Defense Intelligence Agency (DIA), the Defense Security Cooperation Agency (DSCA), the Pacific Air Command (PACAF), and the Air Force Materiel Command (AFMC). The aircraft are currently based at 3 Continental United States (CONUS) and 17 Outside Continental United States (OCONUS) locations (see below). The C-12 mission is to provide time-sensitive movement of personnel and cargo and provide test support. The Government is the holder of all Technical Data. The following locations and aircraft will require full CLS service:
Accra, Ghana: (1) C-12C/D
Andrews AFB, MD: (2) C-12C/D
Ankara, Turkey: (1) C-12C/D
Bangkok, Thailand: (1) C-12C/D
Bogota, Columbia: (1) C-12C/D
Brasilia, Brazil: (1) C-12C/D
Budapest, Hungary: (1) C-12C/D
Buenos Aires, Argentina: (1) C-12C/D
Cairo, Egypt: (1) C-12C/D
Edwards AFB, CA: (4) C-12C/D
Elmendorf AFB, AK: (2) C-12F
Gaborone, Botswana: (1) C-12C/D
Holloman AFB, NM: (1) C-12J
Manila, Philippines: (1) C-12C/D
Nairobi, Kenya: (1)
Oslo, Norway (1) C-12C/D
Rabat, Morocco: (1) C-12C/D
Riyadh, Saudi Arabia: (2) C-12C/D
Tegucigalpa, Honduras: (1) C-12C/D
Yokota AB, Japan: (3) C-12J
NOTE: There are only five (5) military bases that host the C-12 aircraft. The remaining sites are either at foreign military bases or commercial facilities.
The scope of this effort includes all support actions required for operating and maintaining the aircraft, aircraft subsystems, and support equipment. The CLS system includes all aircraft maintenance and personnel, materials and inspections, launch and recovery of the aircraft, supply of all Contractor owned spares and support equipment through a Contractor Operated and Maintained Parts (COMP); repair and overhaul of all repairable spares at Federal Aviation Administration (FAA) certified repair stations; maintenance and repair of all support equipment; aircraft paint; engine repair and overhaul. These actions include supply, procurement, production control, quality control, component failure reports, and acquisition of commercial data. This effort includes additional support, as over and above tasks, engineering services including development, test and FAA certification of modifications, and installation of modifications, depot maintenance support, field team support (worldwide), aircraft crash investigations, and damage repair. Contractor is required to establish and maintain agreements with the Original Equipment Manufacturers (OEMs) for data and technical support to maintain the C-12 aircraft. The Government also requires information for: quality, contract funds status, consumption and usage, service engineering reports, subscription services for technical manual updates and service actions.
The C-12 fleet is maintained to Federal Aviation Administration (FAA) approved maintenance standards. All depot maintenance is performed at a Federal Aviation Regulation (FAR) Part 145 FAA-certified repair station.
The C-12 fleet is supported primarily by Contractor Furnished Property. This includes engines, avionics, and landing gear. The Contractor will be responsible for the spares that support all systems for the C-12 aircraft. The Government will provide a small amount of spares in support of the fleet. A small number of C-12 aircraft are equipped with a defensive system.
Contractors will need to establish necessary working relationships with the Original Equipment Manufacturers (OEMs) in order to access necessary data to support the fleet. These relationships include the establishment of agreements with the appropriate OEMs for the C-12 fleet that will allow the Contractor to obtain approved data and technical support necessary to maintain the fleet airframe, engines, accessories and systems so that the Federal Aviation Administration (FAA) certification is not compromised.
It is expected that work not yet specified and/or changed work procedures/specifications/location shall be incorporated throughout the performance of the contract. The Contractor shall perform such added or changed work under line items currently provided in the contract or added to the contract at a later date. If such change would result in an increase or decrease of cost under this contract, an appropriate increase or decrease of the contract price shall be negotiated and evidenced by a supplemental agreement to this contract.
Contract Length:
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 may include an extended period of services by up to 6 months IAW FAR 52.217-8. The Minimum required performance for this contract is the Base Period/Phase-in of twelve (12) months. The total ordering period of this contract is subject to the availability of funds.
Electronic procedure will be used for this solicitation.
Pre-Solicitation Conference:
The Government would like to invite interested vendors to participate in a pre-solicitation conference tentatively scheduled for 01 November 2024 via Microsoft Teams. Conference exact time, date and access information will be provided only to those that are interested in participating. If you are an interested vendor that would like to participate in the pre-solicitation conference, please email the PCO at hiwot.tamirat@us.af.mil and jennifer.petrusawich@us.af.mil the following information by NLT COB 31 October 2024:
-Name(s) of individual(s) that will be participating in the conference
-Email address for each of the individual(s) identified above
-Phone number for each of the individual(s) identified above
Charts for the pre-solicitation conference will be provided ahead of the conference.
This Draft RFP and its attachments are posted to obtain industry feedback. Please provide any comments, questions, or concerns to the Contracting Officer via e-mail to the PCO at hiwot.tamirat@us.af.mil and jennifer.petrusawich@us.af.mil by COB 28 October 2024 using the Excel document provided, C-12 CLS Questionnaire-Draft RFP . The Government will review all questions received and will post the questions and answers on SAM.gov at its earliest convenience.
Previous notices on SAM.gov are found Contract Opportunities is found under FA813424RB001 and FA810624R002
Attachments:
Draft_Attachment_1_C-12_CLINs_Descriptions_and_Specifications.pdf
Draft_Attachment_2_C-12_Packaging_and_Transport.pdf
Draft_Attachment_3_C-12_Inspection_and_Acceptance.pdf
Draft_Attachment_4_C-12_Deliveries_and_Performance.pdf
Draft_Attachment_5_C-12_Performance_Work_Statement.pdf
Draft_Attachment_6_C-12_Government_Furnished_Property_List.pdf
Draft_Attachment_7_C-12_Section L_Instructions_to_Offerors_(ITO).pdf
Draft_Attachment_8_C-12_Section M_Evaluation_Factors_for_Award.pdf
Draft_Attachment_9_C-12_Pricing_Matrix.xlsx
Draft_Attachment_10_C-12_Wage_Determinations_(CBA).pdf
Draft_Attachment_11_C-12_Contract_Security_Classification_Specification_(DD254).pdf
Draft_Attachment_12_C-12_Transition-QA_Incentive Plan.pdf
Draft_Attachment_13_C-12_ID_and_Assertion_of_Use_Release_or_Disclosure_+Restrictions_Clause.pdf
Draft_Exhibit_A_C-12_Contract Data Requirements List_(DD1423).pdf
Contractor Vendor Controlled Documents betaSAM.pptx
C-12 CLS Questionnaire Draft RFP.xlsx
***Synopsis has been posted today, Monday, 21 October 2024.
SYNOPSES OF PROPOSED CONTRACT ACTION IAW FAR 5.201 - PROPOSALS ARE NOT REQUESTED AT THIS TIME.
Date: 21 October 2024
NAICS Code: 488190
Product or Service Code. J015
Contracting Office Address: 3001 Staff Drive STE 1AC4 106C, Tinker AFB, Ok 73145-3303
Subject: Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet
Proposed Solicitation Number: FA8134-24-R-B001 (Subject to Change)
Closing Response Date: 05 November 2024
Set Aside Status: Full and Open Competition
Contracting Officer. Hiwot Tamirat, hiwot.tamirat@us.af.mil, 405-734-3923
Contract Line Item Number: CLIN structure can be located within the RFP and Attachment 1 C-12 CLINs Descriptions and Specifications posted on SAM.gov under FA8134-24-R-B001.
Purpose: The purpose of this proposed acquisition is to procure CLS services for the USAF-C-12 aircraft fleet.
Description of Services: The C-12 platform provides diplomatic and special duty support for the Defense Intelligence Agency (DIA); 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. The program currently comprises 30 C-12 aircraft (C/D/F and J models) at three continental United State (CONUS) locations and 17 outside continental United States (OCONUS) locations. Additional aircraft and sites/locations could be added/changed/deleted over the life of the contract. The contractor will be required to provide full CLS services for the USAF C-12 fleet of aircraft.
Full CLS includes performing schedule and unscheduled maintenance by employing the required personnel needed to maintain the C-12 fleet in an FAA airworthy status, performing aircraft inspections (field and depot level), landing and recovering duties, troubleshooting/repairing in-flight discrepancies, replacing faulty aircraft components, overhauling faulty components at FAA certified repair stations, maintaining support equipment and aerospace ground equipment in a serviceable condition, performing aircraft paint and providing engine repair and overhaul at FAA certified engine overhaul repair facility. Supply support requires the contractor to 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 management of government and contractor-owned parts/support equipment through a contractor operated and maintained parts (COMP).
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.
The draft RFP contains unclassified export controlled technical data. As a result, interested parties must submit an approved DD2345 to the PCO to get access to export controlled documents. Instructions on how to get access to the controlled documents is included in the draft RFP. The anticipated contract will be a Firm Fixed Price (FFP) and Cost Reimbursable (CR) single award indefinite quantity/indefinite delivery (IDIQ) type contract.
Please refer to Draft Solicitation Pricing Matrix for CLIN, Quantity and Unit of Issue breakdown.
An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process.
The virtual Pre-Solicitation Conference is expected to be held 01 Nov 2024, after release of the Draft Solicitation. To register for the Pre-Solicitation Conference, email the PCO NLT 31 OCT 2024, 3PM CDT.
Questions are due, COB Mon, 28 OCT 2024. Answers will be provided at the Pre-Solicitation Conference on 01 NOV 2024.
Reference Documents will be provided in an amendment to the Draft Solicitation, prior to the posting closing date.
Hiwot Tamirat
Hiwot.tamirat@us.af.mil
Procuring Contracting Officer (PCO)
Jennifer Petrusawich
Jennifer.petrusawich@us.af.mil
Contract Specialist
____________________________________________________________________________________________________
*** RFI Rev# 01 has been posted today, Tuesday, 23 July 2024. Your response is requested NLT 1600 CDT 02 Aug 2024. Please see attachment titled "C-12_CLS_Request_For_Information_Rev#01." ***
**** Industry Day questions & answers; and industry day attendee list have been posted today, Tuesday, 23 July 2024. Please see attachments titled "C-12 Industry Day Questions and Answers_23 Jul 24" and "C-12 Industry Day Participant List_26-27 Jun 24." ***
_____________________________________________________________________________________________________
*** Industry Day Charts and Revised Government Responses to Contractor Questions are Posted Today Thursday, 20 June 2024 *** See attached documents named "C-12 Industry Day Slides.pdf" and "RFI Questions and Answers_FA813424RB0001_C-12 CLS_Rev 02.pdf." ***
_____________________________________________________________________________________
*** Updated Fillable Industry Day Registration Form Posted Today, Tuesday, 18 June 2024. See attached document named "C-12 Industry Day Instructions_26-27 Jun 24_Fillable." Form is due by 1600 CDT on 24 June 2024. Please note the updated timeline to plan accordingly. ***
26 June 2024: 0730 - 0800 CDT Check-in and Obtain Visitor Pass
26 June 2024: 0900 - 1200 CDT Government Introduction
26 June 2024: 1200 - 1330 CDT Break for Lunch
26 June 2024: 1330 - 1600 CDT Government Introduction and One-on-One Meetings
27 June 2024: 0900 - 1130 CDT One-on-One Meetings
27 June 2024: 1130 - 1300 CDT Break for Lunch
27 June 2024: 1300 - 1600 CDT One-on-One Meetings
_____________________________________________________________________________________________________
*** Fillable Industry Day Registration Form Posted Today, Friday, 14 June 2024. Form is due NLT 24 June 2024 CDT. See attached document named "C-12 Industry Day Instructions_26-27 Jun 24_Fillable." ***
*** Details on Industry Day (26-27 June 2024) Posted Today Thursday, 13 June 2024 *** See attached document.
*** Government Responses to Contractor Questions on RFI Posted Today Thursday, 13 June 2024 *** See attached document.
*** Issuing office ID changed from FA8106 to FA8134 Today Thursday, 13 June 2024 ***
_____________________________________________________________________________________________________
Synopsis :
This is a Request for Information (RFI) for market survey purposes only. This is not a solicitation for proposals and no contract shall be awarded from this announcement. The purpose of this announcement is for Market Research only in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is being issued in IAW FAR 15.201(e).
The Air Force Life Cycle Management Center's Executive Aircraft Division is conducting this market survey to identify potential sources under NAICS Code 488190 and other firms that may possess the expertise, capabilities, and experience to meet the requirements for Contractor Logistics Support (CLS) services for the USAF fleet of C-12 aircraft.
The Government will not reimburse participants for any expenses associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.
Instructions:
- The document below contains a description of the US Government C-12 aircraft CLS services requirement and a Contractor Capability Survey. The survey allows Contractors to provide their company's capability to meet the requirements of this potential contracting effort.
- If after reviewing this document, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the Government not being able to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).
- Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Identify any areas of work your organization believes should be broken out exclusively for Small Business.
- Please limit your response to a maximum of 50 pages.
- Questions relative to this market survey should be addressed to requiring activity (see POC below).
Program Description :
The C-12 is militarized version of the FAA-type certificated Beechcraft King Air 200 and 1900 series aircraft. The C-12C (A200) and the C-12D (A200CT) are powered by twin Pratt & Whitney PT6A-41 turboprop engines. The C-12F (B200C) is powered by twin Pratt & Whitney PT6A-42 turboprop engines. The C-12J (1900D) is powered by twin Pratt & Whitney PT6A-65 turboprop engines. The aircraft utilized by the Defense Intelligence Agency (DIA), the Defense Security Cooperation Agency (DSCA), the Pacific Air Command (PACAF), and the Air Force Materiel Command (AFMC). The aircraft are currently based at 3 Continental United States (CONUS) and 16 Outside Continental United States (OCONUS) locations (see below). The C-12 mission is to provide time-sensitive movement of personnel and cargo and provide test support. The Government is the holder of all Technical Data.
The following locations and aircraft will require full CLS service: repeated
Accra, Ghana: (1) C-12C/D
Andrews AFB, MD: (2) C-12C/D
Ankara, Turkey: (1) C-12C/D
Bangkok, Thailand: (1) C-12C/D
Bogota, Columbia: (1) C-12C/D
Brasilia, Brazil: (1) C-12C/D
Budapest, Hungary: (1) C-12C/D
Buenos Aires, Argentina: (1) C-12C/D
Cairo, Egypt: (1) C-12C/D
Edwards AFB, CA: (4) C-12C/D
Elmendorf AFB, AK: (2) C-12F
Gaborone, Botswana: (1) C-12C/D
Holloman AFB, NM: (1) C-12J
Islamabad, Pakistan: (1) C-12C/D
Manila, Philippines: (1) C-12C/D
Nairobi, Kenya: (1)
Oslo, Norway (1) C-12C/D
Rabat, Morocco: (1) C-12C/D
Riyadh, Saudi Arabia: (2) C-12C/D
Tegucigalpa, Honduras: (1) C-12C/D
Yokota AB, Japan: (3) C-12J
NOTE: There are only five (5) military bases that host the C-12 aircraft. The remaining sites are either at foreign military bases or commercial facilities.
C-12 CLS support consists of the following services:
- Contractor Operated & Maintained Base Supply (COMBS) at each site
- Worldwide spares support capability
- Line Maintenance
- Depot Level Maintenance (Scheduled and Unscheduled)
- Aircraft Condition Inspections
- Drop-in maintenance/repair
- Engine Overhaul/Repair
- Aircraft Painting
- Contract Field Team (CFT) Support
- Aircraft on Ground (AOG) support
- Modifications for the aircraft
- GFP management
The C-12 fleet is maintained to Federal Aviation Administration (FAA) approved maintenance standards. All depot maintenance is performed at a Federal Aviation Regulation (FAR) Part 145 FAA-certified repair station.
The C-12 fleet is supported primarily by Contractor Furnished Property. This includes engines, avionics, and landing gear. The Contractor will be responsible for the spares that support all systems for the C-12 aircraft. The Government will provide a small amount of spares in support of the fleet. A small number of C-12 aircraft are equipped with a defensive system.
RFI Questions:
The Government is seeking industry input on questions provided below.
Part I. Business Information
When expressing interest, potential offerors are requested to provide the following information:
- Please provide the following business information for your company/institution and for any teaming or joint venture partners:
- Company Name:
- Address:
- Point of Contact:
- Commercial and Government Entity (CAGE) Code:
- Unique Entity Identifier (UEI):
- Telephone Number:
- Email Address:
- Web Page URL:
- Size of business IAW North American Industry Classification System (NAICS) Code: 488190
- Based on the above NAICS Code, state whether your company is:
Small Business Yes / No
Woman Owned Small Business Yes / No
Small Disadvantaged Business Yes / No
8(a) Certified Yes / No
HUBZone Certified Yes / No
Veteran Owned Small Business Yes / No
Service-Disabled Veteran Small Business Yes / No
Central Contractor Registration (CCR) Yes / No
- Is your company interested in possible subcontracting opportunities? If so, please describe in detail what part or parts of this requirement that your company capable or interested in performing.
Part II. Capability Requirment
General Capability Questions:
- Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.
- Describe your company's past experience on previous projects similar in complexity to this CLS requirement and/or C-12 aircraft or similar systems. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer and/or Program Manager).
- What quality assurance process(es) does your company employ? Please provide a description of your quality program and or certifications (latest ISO 9001, AS9100, etc.)
- Are there specific requirements in the documentation that we provide that would currently
- preclude your product from being a viable solution to our requirement?
- Include a detailed of listing of facilities and equipment, including quantities, required to satisfy the requirement of this effort. Provide an outline of the proposed process to fulfill this CLS requirement.
- Does your company have experience in commercial packaging to ensure the product is safe and secure? How do you anticipate multiple parts being packaged and shipped to multiple delivery locations both CONUS and OCONUS?
- Do you have experience with import/export laws and/or requirements?
- Contractors are required to establish necessary working relationships with the Original Equipment Manufacturers (OEMs) in order to access necessary data to support the fleet. These relationships include the establishment of agreements with the appropriate OEMs for the C-12 fleet that will allow the Contractor to obtain approved data and technical support necessary to maintain the fleet airframe, engines, accessories and systems so that the Federal Aviation Administration (FAA) certification is not compromised. Do you see any issue with this agreement? If so, please explain.
Program Management
This potential contract will require the CLS Contractor to provide program management to the
C-12 program. Identify and describe your company's experience in providing program
management to include the following:
- Hiring qualified experienced personnel to support this potential contract and contingency
of handle personnel turnover without program disruption.
- Obtaining a Common Access Card (CAC) and establishing an account with Enhanced
- Technical Information Management System (ETIMS).
- How long have your current Program Managers been employed with your company?
- Do you anticipate having to hire an additional Program Manager to manage this requirement or does your company have one currently employed?
Line Maintenance
This contract will require the CLS contractor to provide line maintenance and supply support services at all C-12 sites.
- Describe your company's capabilities in performing line maintenance on Beechcraft King Air 200 and 1900 series aircraft or similar airframes.
- Does your company have experience in providing aircraft maintained services at overseas locations? If so, describe location and type of maintenance services performed.
- Do you currently provide field and depot support for Commercial Beechcraft King Air 200 and 1900 series aircraft?
- Specifically address your capabilities with the following items unique to providing aircraft maintenance and supply services at an overseas location:
- Obtaining passports and visas
- Working under a Status of Forces Agreement (SOFA)
- Expediting parts through the customs and clearance processes in foreign countries
- Handling export controlled items; specifically Packaging, Handling, Storage & Transportation (PHS&T) issues
- Managing personnel at overseas locations with no support infrastructure
- Does your company have capabilities in handling (including shipment) of hazardous materials and explosive devices?
- Has your company performed Functional Check Flight (FCF) and ferry activities for Beechcraft King Air 200 and 1900 series aircraft?
- Has your company provided contracted services that is in compliance with DFARS 252.228-7001 and DCMA INST 8210.1C?
Depot Level Maintenance
This contract will require the CLS contractor to provide scheduled and unscheduled depot level maintenance services such as aircraft condition inspection (ACI), engine overhaul and repair, aircraft strip and paint, drop-in maintenance, and Contract Field Team Support.
- Describe your company's capabilities in providing depot level maintenance for Beechcraft King Air 200 and 1900 series aircraft ?
- Engines
- Aircraft Condition Inspections
- Drop-in/unscheduled maintenance
- Paint Describe your company's capabilities in performing aircraft paint services and specifically note any capabilities in meeting paint standards.
Contractor Operated & Maintained Base Supply (COMBS)
The CLS contractor will be required to provide supply support at CONUS and OCONUS operating locations and determine the levels of spares needed at each site to meet performance standards. It's critical to note the CLS contractor will be required to furnish almost all the spares and materials required to support the C-12 fleet. The contractor must provide all support and test equipment not provided by the Government in support of maintenance actives.
- What capabilities do you have with providing full COMBS support?
- Considering the need for the contractor to provide/maintain the large majority of supply items for fleet support:
- What issues do you foresee with meeting an 80% mission capability rate at the sites?
- What issues do you foresee with providing support and test equipment at the sites?
- What capabilities do you have in partnering with suppliers across the world in order to obtain certified parts when an aircraft on-ground incident has occurred?
- Considering Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues over the life of the contract (10 years):
- What capabilities do you have with DMSMS?
- What unique capabilities or business relationships do you have with suppliers and OEMs to address DMSMS issues?
Government Furnished Property (GFP)
This potential contract will require the CLS contractor to manage GFP. The Contractor shall be responsible for shipment, receipt, storage, maintenance including preventive and corrective maintenance, incorporation of technical directives, repair actions, inventory, accountability, and reporting status of all GFP. Identify and describe your company's experience in managing USAF GFP to include the following:
- Possess and maintain acceptable Property Management System that meets the requirements set forth in FAR 52.245- 1(b), and DFARS 252.245-7003
- Provide a policy to prevent mismanagement of GFP.
- Perform periodic physical inventory count of GFP as specified in FAR 52.245- 1(f)(1)(iv) annually and provide a copy to the Government.
Contract Field Team (CFT)
This contract will require the ability for the CLS contractor to respond to Aircraft on Ground (AOG) situations within a very short response time.
- What specific capabilities do you have regarding CFT support:
- Continental United States (CONUS)
- Outside Continental United States (OCONUS)
- What unique capabilities do you possess regarding short notice global CFT support?
Modifications
This contract may require the CLS contractor to accomplish aircraft modifications for mission specific requirements.
- What specific capabilities does your firm have with performing aircraft modifications on Beechcraft King Air 200 and 1900 series aircraft ?
- What other relevant capabilities have you had with performing aircraft modifications for other platforms?
- What unique capability does your firm have to address aircraft modifications?
- What specific capabilities has your firm had with providing engineering services in support of the design and installation of aircraft modifications?
Part III. Contract Specific Questions
- The Air Force is anticipating a Firm-Fixed-Price (FFP) contract type for the Contractor Logistics Support of the C-12 aircraft fleet. From your company's experience, can you provide your company's understanding of this strategy to include a preference of the different strategy if you think one exists?
- Do you have a recommend Source Selection Procedure for this requirement? Please review DoD Source Selection Procedures, dated 20 Aug 2022, and provide justification for your recommendation.
- Please provide a Rough Order of Magnitude (ROM) for this requirement. Please include sufficient detail to show significant cost drivers and make recommendations for money saving opportunities, if possible. The Government is considering a 10-year contract. Could you price this requirement for 10 years? Please discuss why or why not, or anything that may assist with fair and reasonable pricing.
- Does a 10-year requirement encourage your participation or hinder it? It would be one (1) year base with 9 one (1) -year options.
- What length of contract would be preferred to help amortize the costs expended for a spares pool?
- How long of a transition period do you think would be adequate for contract start up?
- How long would it take to get passports and visas for new employees?
- How long would it take to have personnel relocate to sites?
- Do you foresee any future concerns/issues/or increased risk with this requirement?
Part IV. Small Business Capabilities:
- If two or more qualified capable small business sources are identified, this requirement shall be set-aside.
- What requirements of this potential contract described above are best suited for small businesses?
- Detail specific past teaming arrangements, i.e. partnering, joint ventures, etc. Identify ways the Government can enhance teaming arrangement opportunities.
- Describe and detail subcontracting opportunities, by function and percentage of contract value that are appropriate for small business concerns.
Part V. Industry Specific Questions
- Does your company currently have access to data for Beechcraft King Air 200 and 1900 series aircraft parts?
- Does your company currently have access to repair data for C-12 aircraft and parts?
- How many years of capabilities does your company have in maintaining Beechcraft King Air 200 and 1900 series aircraft ?
- Does your company have a facility clearance?
- Do you have your own paint facility?
- Are there commercial service providers available to repair and overhaul C-12 parts?
- What are some of the risks you would perceive on this contract for:
- Subcontract management
- Spares support
- Supply chain management
- Configuration management
- Program management
- Personnel training
- Engine support
- Aircraft maintenance planning
- Phase in
- AOG
- Drop in maintenance
- DMSMS
- Compliance with latest ISO 9001 and flowdown to your sub-contractors
- What is your standard penalty for late deliveries on non-commercial contracts?
- What type incentives do you believe would best motivate you to offer continuous aircraft availability improvements while driving down program cost to include incentive for transition and first three (3) months of full performance, engine overhaul, and aircraft condition inspections.
- What do you perceive to be the advantages and disadvantages of the Government requiring the contractor to replenish the beyond economical repair (BER) support equipment as part of the flying hour program?
Interested parties are encouraged to register to receive notifications through SAM.gov All interested parties are encouraged to email company and/or descriptive literature along with responses, questions and/or comments to Ms. Hiwot Tamirat at hiwot.tamirat@us.af.mil or Ms. Jennifer Petrusawich at jennifer.petrusawich@us.af.mil send mail to address:
AFLCMC/WVK (C-12 Program)
ATTN: Hiwot Tamirat or Jennifer Petrusawich
3001 Staff Drive Ste 1AC4 106C,
Tinker AFB, OK 73145
All responses must be in writing (electronic email responses are preferred, but mail will be accepted); no telephone calls or facsimile will be accepted. All responses must be received no later than 4:00 PM CDT, 26 June 2024.
In ordre to view controlled documents, you need to request access and have assigned role in SAM.gov. After you have a role assigned in sam.gov, request to view the documents and ensure you put your company's cage code in the request. If you do not provide the cage code, this will delay your request for access.
Access will be granted to the controlled documents if an active DD2345 is on file for your company via the Joint Certification Program (JCP) website, https://www.public.dacs.dla.mil/jcp/ext/. If a DD2345 is not found or is inactive, this will need to be updated and active before access will be granted to view controlled documents. Please contact SAM.gov if you are not able to view controlled documents after registration. POCs for this requirement will not be able to assist you.
Industry Day will be held at Tinker AFB, OK on Wednesday, June 26 and Thursday, June 27, 9:00am-5:00pm CDT. Industry Day Specifics will be posted shortly.