Search Contract Opportunities

Rotary Maintenance Contract Consolidation (Formerly FA6800-18-R-0005)   4

ID: FA6800-19-R-A002 • Type: Synopsis 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: April 23, 2019, 6:10 p.m. EDT
Amendment 4 extends the proposal receipt date and incorporates revised solicitation documents. Also, please see the attached Comment Resolution Matrix (CRM) for Government responses to questions and answers (changes are highlighted in yellow). Please see the attachment (FA6800-19-R-A0002 0004) for additional information.
Posted: April 2, 2019, 6:44 p.m. EDT
Posted: March 19, 2019, 6:50 p.m. EDT
Posted: March 14, 2019, 1:38 p.m. EDT
Posted: March 5, 2019, 5:15 p.m. EST
Posted: Feb. 8, 2019, 4:37 p.m. EST
HELICOPTER MAINTENANCE CONTRACT CONSOLIDATION SOLICITATION (REQUEST FOR PROPOSALS)
IMPORTANT NOTICE-DUE TO A CONTRACT WRITING SYSTEM CHANGE THE SOLICITATION NUMBER FOR THIS REQUIREMENT HAS CHANGED FROM FA6800-18-R-0005 TO FA6800-19-R-A002. THE SOLICITATION WILL BE RELEASED UNDER THE NEW NUMBER.
Description: The 767th Specialized Contracting Flight at Barksdale Air Force Base, Louisiana intends to award multiple award contracts to consolidate helicopter maintenance acquisitions (with two competition pools-Small Business Set-Aside and Full and Open Competition). The contracts will provide support services to Andrews AFB, MD, F.E. Warren AFB, WY, Minot AFB, ND, Malmstrom AFB, MT, Fairchild AFB, WA, Yokota AB Japan, Kirtland AFB, NM, and other locations as needs arise. Below is an overview of the primary requirements of the acquisition. The following represents the primary requirements of the acquisition.
(1) Perform "full spectrum", "turn key" maintenance operations, 24 hours a day, seven days a week (24/7) to include: organizational and intermediate level maintenance, repairs, scheduled and unscheduled maintenance, scheduled inspections, Time Compliance Technical Orders (TCTOs), Time Change Items (TCIs) and One Time Inspections (OTIs), Plans, Scheduling and Documentation (PS&D), and fleet management.
(2) Launch, recover, inspect, maintain, and repair all unit assigned UH-1N, HH-60, and MH-139 helicopters and mission support equipment, in addition, provide Aircrew Services (pilots) for all unit assigned UH-1N, HH-60, MH-139 and V-22 rotary aircraft in order to meet the Air Force District of Washington (AFDW), Air Education and Training Command (AETC), Air Force Global Strike Command (AFGSC), and Pacific Air Forces (PACAF) missions and additional potential missions.
(3) Provide maintenance support services to include, but not limited to: aircraft ground handling, launch and recovery, pre-flight/thru-flight/basic post flight, hourly post flight, periodic/phase inspections, quality control, assistance with aircraft crash recovery, medical evacuation, fire suppression support, other contingency, designed operational capability generation or emergency support, and off-station recovery support.
(4) Maintain aircraft to include inspections, exercises, deployments, static displays, incentive flights, open house (air shows), search and rescue, spouse orientation day, and change of command ceremonies that involve aircraft and/or maintenance resources.
(5) Perform weapons maintenance and munitions operations to include storing and supplying weapons munitions load/install, removal, build-up and delivery, inspections, exercises, deployments, search and rescue that involve aircraft and/or maintenance resources.
A Firm-Fixed Price contract vehicle with both Firm-Fixed-Price Contract Line Item Numbers (CLINs) and Cost Reimbursement CLINs (travel, overtime and fuel) is contemplated. Additional contract types may also be included for flexibility. The applicable North American Industry Classification System (NAICS) Code is 488190 (Other Support Activities for Air Transportation) with a $32.5M small business size standard. Multiple awards are anticipated. Two competition pools (Small Business Set Aside and Full and Open Competition) with up to 5 contractors in each pool is planned.
Contract performance is as follows:
Contract Length 01 Oct 19-30 Sep 29
Ordering period 1 01 Oct 19-30 Sep 24
Ordering period 2 01 Oct 24-30 Sep 29

Task orders will be competed for each operating location/MAJCOM as current contracts expire (starting with Fairchild AFB and Kirtland AFB). Information concerning this solicitation has been incrementally released and posted to Federal Business Opportunities (FedBizOpps) http://fedbizopps.gov/. A Pre-Proposal Conference and site visit will be conducted on February 19th at Fairchild AFB (Small Business Set-Aside Pool) and on February 21 at Kirtland AFB (Full and Open Competition Pool). Please see the attached site visit instructions for access and attendance at each of these meetings. Any questions asked at the site visits will be posted to FBO with responses following the site visits.
Please submit any questions regarding the attached RFP, attachments or instructions in writing to the Contracting Officer by 1700 Central time on 15 February 2019. Once completed, the responses to these questions will also be posted to FBO.
The following AFFARS Mandatory Procedure will be utilized: AVAILABILITY OF FUNDS (IAW AFFARS MP5332.7 Contract Funding:

Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Background
The solicitation is for a Rotary Maintenance Contract Consolidation (Formerly FA6800-18-R-0005) at Kirtland Air Force Base. The work involves on-and off-equipment maintenance, scheduled and unscheduled maintenance, inspections, Time Compliance Technical Orders (TCTOs), Time Change Items (TCIs), One Time Inspections (OTIs), and support services for UH-1N, MH-139, and HH-60 aircraft.

Work Details
The contractor is required to perform various tasks including on-equipment and off-equipment maintenance, repairs, component removal and replacement, fault detection and isolation, aircraft washing, cleaning, lubrication, special/calendar inspections, and component TCI actions. The contractor must also support weather evacuations, search and rescue requirements, safety requirements, environmental requirements, additional duties, and other plans affecting contractor operations. Additionally, the contractor shall attend meetings and provide helicopter support to the Base Fire Department if required for training.

Place of Performance
The contract will be performed at Kirtland Air Force Base.

Overview

Response Deadline
May 2, 2019, 2:00 p.m. EDT (original: March 26, 2019, 2:00 p.m. EDT) Past Due
Posted
Feb. 8, 2019, 4:37 p.m. EST (updated: April 23, 2019, 6:10 p.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
AETC 36 RQS, 58 OG, 106 Taxiway J. Rd Fairchild AFB, WA 99011-9662 58 MXG, 58 SOW, 4279 Hangar Road, SE, Kirtland AFB, NM 87117-5861 AFGSC 40 HS, 582 HG, 7101 Flightline Drive, Malmstrom AFB, MT 59402-6837; 54 HS, 582 HG, 314 Flightline Dr, Minot AFB, ND 58705-5022; 37 HS, 90 OG, 7505 Saber Rd FE Warren AFB WY 82005-2686; PACAF 459 AS, Unit 5223, Bldg 700, Yokota AB Japan, APO AP 96328-5223 AFDW 1HS, 811OG, 1914 Arnold Ave, Andrews AFB, MD 20762-6319 Barksdale, LA 71110 USA
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
97% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 2/8/19 Air Force Installation Contracting Agency issued Synopsis Solicitation FA6800-19-R-A002 for Rotary Maintenance Contract Consolidation (Formerly FA6800-18-R-0005) due 5/2/19. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 488190 (SBA Size Standard $40 Million) and PSC J.
Primary Contact
Title
Contracting Officer
Name
Jamey L. Hartsel   Profile
Phone
(318) 456-2866

Secondary Contact

Title
Specialized Contracts Manager
Name
Tiffany D. Carter   Profile
Phone
(318) 456-8983

Documents

Posted documents for Synopsis Solicitation FA6800-19-R-A002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA6800-19-R-A002

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA6800-19-R-A002

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation FA6800-19-R-A002

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA6800-19-R-A002

Protests

GAO protests filed for Synopsis Solicitation FA6800-19-R-A002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA6800-19-R-A002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA6800-19-R-A002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFICC - CONUS
Source Organization Code
7eadb2cac918b68f764e72868eafe62e
Last Updated
April 23, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 23, 2019