Search Contract Opportunities

F-15 Classified Repair and Return (Follow-On)   4

ID: FA8575-21-R-0001 • Type: Solicitation
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

Posted: Sept. 13, 2021, 11:46 a.m. EDT

13 September 2021 UPDATE: A updated Q&A (Comment Resolution Matrix), dated 13 Sep 2021, is added as a result of the FINAL SOLICITATION posted on 18 August 2021. This Q&A does not constitute an Invitation for Bids (IFB) or a Request for Proposals (RFP) nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will not reimbuse firms for any costs associated with preparing or submitting a response to this Q&A notice.

2 September 2021 UPDATE: A updated Q&A (Comment Resolution Matrix), dated 2 Sep 2021, is added as a result of the FINAL SOLICITATION posted on 18 August 2021. This Q&A does not constitute an Invitation for Bids (IFB) or a Request for Proposals (RFP) nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will not reimbuse firms for any costs associated with preparing or submitting a response to this Q&A notice.

As a result of the updated Q&A, a Microsoft Word copy of Attachment 9 is uploaded for use. Solicitation Amendment FA857521R0001_0001 is released.

30 August 2021 UPDATE: A Q&A (Comment Resolution Matrix) is added as a result of the FINAL SOLICITATION posted on 18 August 2021. This Q&A does not constitute an Invitation for Bids (IFB) or a Request for Proposals (RFP) nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will not reimbuse firms for any costs associated with preparing or submitting a response to this Q&A notice.

20 August 2021 UPDATE: Exhibit A, CDRLs has been added. Contracting Officer inadvertently failed to upload Exhibit A when other documents were uploaded.

1. The Government is pleased to provide the attached Solicitation for F-15 Classified Repair and Return Support Services contract. Please be advised that the issuance of this Final Solicitation take precedence over any draft Solicitation or updates provided prior to its release.

2. Government intends to award to one responsible offeror. Award will be based on the proposal that conforms to the solicitation requirements and provides the best value to the Government based on an assessment of the evaluation criteria described in the M-900 Evaluation Factors for Award (Section M) to this solicitation.

3. The Government may use Advisory and Assistance Support (A&AS) contractors in support of the acquisition process, to include proposal review. These contractors are routinely required to execute non-disclosure agreements against the use or disclosure of proprietary information handled in the course of their duties. Each member of the RSAF F-15 Classified Repair and Return Support Services acquisition Source Selection Evaluation Board (SSEB) will also execute non-disclosure agreements specific to this acquisition. Entities that may support this acquisition are as follows: Oasis Systems, LLC and DCS Corporation. Any objections to the use of these companies shall be provided in writing to the PCO within ten (10) calendar days of RFP issuance.

4. Offerors interested in responding to this solicitation should be cognizant of potential or actual Organizational Conflict of Interest (OCI) before submitting a proposal. OCI issues include, but are not limited to, the inability to render impartial assistance or advice to the Government, the inability to objectively perform contract work, or the unfair competitive advantage created by current or previous contractual efforts with the Government. Offerors shall include OCI assessments and mitigation plans with their proposal, if applicable.

5. The Government requests interested firms to notify the Contracting Officer of their intent to propose; however, failure to make such notification will not preclude interested parties from submitting a proposal. If responding under a teaming arrangement, please coordinate a single response.

6. Foreign contractors are not permitted to participate at the prime level.

7. Funds are not presently available for this contract. The Government's obligation under this contract is contigent upon the availability of funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Further, the Government reserves the right to cancel this solicitation either before or after the proposal due date. In the event that the Government cancels the solicitation, the Government has no obligation to pay proposal preparation costs.

8. Offerors shall fill in all items that are blank, blank in brackets, or identified as TBD throughout the RFP. Some examples (not all inclusive) can be found on this solicitation, Model Contract, Standard Form 33 (SF33) blocks 15, 16, 17, and 18, as well as clause information. In addition, Offerors shall complete blocks 6, 7, and 8 on DD Form 254, Attachment 3.

9. Offerors shall request access for Attachments 4b and 14 through beta.SAM.gov or directly to the Contracting Officer, cc'd Contract Specialist.

10. Offerors are advised to submit proposals in accordance with L-900 Instructions, Conditions, and Notices to Offerors or Respondents (Section L). All proposal volumes are due by 3:30 P.M. Eastern Standard Time, 29 September 2021.

11. If you have any questions regarding this acquisition, please submit them to the Contracting Officer, Angela Lynch,by email at angela.lynch.3@us.af.mil, or Contract Specialist, Latonya Jackson by email at latonya.jackson.1@us.af.mil.

Posted: Sept. 2, 2021, 3:24 p.m. EDT
Posted: Aug. 30, 2021, 3:25 p.m. EDT
Posted: Aug. 20, 2021, 9:18 a.m. EDT
Posted: Aug. 18, 2021, 3:33 p.m. EDT
Background
The solicitation is for the F-15 Classified Repair and Return Support Services contract. The government intends to award to one responsible offeror based on the proposal that conforms to the solicitation requirements and provides the best value. The government may use Advisory and Assistance Support (A&AS) contractors in support of the acquisition process, and offerors are required to include OCI assessments and mitigation plans with their proposal if applicable. Foreign contractors are not permitted to participate at the prime level. Funds are not presently available for this contract, and offerors are advised to submit proposals in accordance with the provided instructions.

Work Details
The program provides logistical support and management services for classified F-15 RSAF repair & return (R&R), including unclassified components requiring classified testing, data, or software. The services include repair and return of unclassified items that require classified testing and/or software or have classified technical orders for RSAF F-15 C/D/S and SA components causing them to be treated as classified items. The Contractor shall identify certified Sources of Repair (SORs) and provide logistics management services to sustain classified and unclassified items that require classified testing and/or software or have classified technical orders for RSAF F-15 assets.
Additionally, the Contractor shall maintain a flexible and cost-effective process for managing the repairs in response to the fluctuating needs of the customer, enter into various subcontracts to accomplish repair, modification, tracking, and return of components to the customer through the designated freight forwarder in a timely and cost-effective manner, maintain repair capability for all items, meet specified contract Turnaround Times (TATs), maintain and provide access to a Management Information System (MIS) to process and archive historical repair data for all items repaired, modified, tracked, and returned from and to the designated freight forwarder throughout the Period of Performance (PoP), manage Beyond Economical Repair (BER) rate, ensure quality of repair, track items in repair cycle, retain shipping documents at SORs, update repair cost.

Overview

Response Deadline
Sept. 29, 2021, 3:30 p.m. EDT Past Due
Posted
Aug. 18, 2021, 3:33 p.m. EDT (updated: Sept. 13, 2021, 11:46 a.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price; Time And Materials;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 8/18/21 Department of the Air Force issued Solicitation FA8575-21-R-0001 for F-15 Classified Repair and Return (Follow-On) due 9/29/21. The opportunity was issued full & open with NAICS 488190 and PSC R706.
Primary Contact
Name
Latonya Jackson   Profile
Phone
None

Secondary Contact

Name
Angela Lynch   Profile
Phone
None

Documents

Posted documents for Solicitation FA8575-21-R-0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation FA8575-21-R-0001

Award Notifications

Agency published notification of awards for Solicitation FA8575-21-R-0001

Contract Awards

Prime contracts awarded through Solicitation FA8575-21-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8575-21-R-0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8575-21-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > FA8575 AFLCMC WWQKB
FPDS Organization Code
5700-FA8575
Source Organization Code
500042022
Last Updated
Sept. 13, 2021
Last Updated By
angela.lynch.3@us.af.mil
Archive Date
Oct. 14, 2021