Search Contract Opportunities

TH-1H Depot Level Maintenance   3

ID: FA8552-24-R-0001 • Type: Solicitation • Match:  100%
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: Dec. 13, 2023, 5:10 p.m. EST

(13 Dec 2023 Update) - RFP Amendment 0003, and Attach 04_RFP Sections Land MRev3 have been uploaded. See RFP Amendment FA8552-24-R-0001-0003.

(20 Nov 2023 Update) - RFP Amendment 0002, Attach 01 Performance Work Statement Rev1 and Attach 04_RFP Sections Land MRev2 have been uploaded. See RFP Amendment FA8552-24-R-0001-0002 as referenced in the Consolidated QA_FA855224R0001 (16Nov23).

(16 Nov 2023 Update) - Industry Questions with Government responses have been uploaded. The file uploaded is titled "Consolidated QA_FA855224R0001 (16Nov23).

(24 October 2023 Update): The following attachments have been revised and uploaded to this notice (replacing previous versions):

  • Attachment 04_RFP Sections Land MRev1
  • Attachment 08_Past PerformanceRev1
  • Attachment 10_Transmittal LetterRev1
  • Attachment 12_Client Authorization LetterRev1

This contractual effort is to obtain Depot Level Maintenance (DLM) capability for the USAF TH-1H aircraft fleet located at Cairns Army Airfield/Fort Novosel (formerly Fort Rucker), Alabama. The primary purpose of the DLM program is to accomplish Programmed Depot Maintenance (PDM), aircraft structural inspections, and repairs concurrent with zonal inspections at a depth and skill level greater than that available at Organizational maintenance levels. The DLM requirements may also include unprogrammed maintenance (UDLM) and the deployment of Contractor Field Teams (CFT) to support drop-in maintenance.

This acquisition is a competitive, total small business set-aside. The associated NAICS Code is 336411 (Aircraft Manufacturing) with a size standard of 1,500 employees.

The Government anticipates award of a Single Award Requirements Type Contract for this non-commercial effort. The Firm Fixed-Price (FFP) contract will be executed along with Cost Reimbursement - No Fee (CRNF) CLINs for travel and materials.

The period of performance (PoP) will consist of one 12-month base year period with seven 12-month option year periods.

Pursuant to FAR 52.232-18, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated 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. 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.

Offerors are advised that technical and cost/price data submitted to the Government in response to this solicitation may be released to non-government advisors for review and analysis. See provision L.901, 'Use of Non-Government Advisors' of the solicitation.

Any questions relating to the issuance of solicitation FA8552-24-R-0001 must be submitted to the Government, no later than 4:30 PM Eastern Standard Time (EST) on 31 October 2023.

Posted: Nov. 20, 2023, 3:19 p.m. EST
Posted: Nov. 16, 2023, 2:31 p.m. EST
Posted: Oct. 24, 2023, 5:46 p.m. EDT
Posted: Oct. 13, 2023, 5:59 p.m. EDT

Overview

Response Deadline
Dec. 15, 2023, 4:30 p.m. EST Past Due
Posted
Oct. 13, 2023, 5:59 p.m. EDT (updated: Dec. 13, 2023, 5:10 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
AL United States
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
98% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 10/13/23 AFLCMC Robins AFB issued Solicitation FA8552-24-R-0001 for TH-1H Depot Level Maintenance due 12/15/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336411 (SBA Size Standard 1500 Employees) and PSC J015.
Primary Contact
Name
Erica Carter   Profile
Phone
None

Secondary Contact

Name
Capt Tarha Mazyck   Profile
Phone
None

Documents

Posted documents for Solicitation FA8552-24-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 FA8552-24-R-0001

Award Notifications

Agency published notification of awards for Solicitation FA8552-24-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA8552-24-R-0001

Incumbent or Similar Awards

Contracts Similar to Solicitation FA8552-24-R-0001

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8552-24-R-0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8552-24-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > INTELLIGENCE, SURVEILLANCE, RECONNAISSANCE > FA8552 AFLCMC WIUKB RW
FPDS Organization Code
5700-FA8552
Source Organization Code
500039868
Last Updated
Jan. 30, 2024
Last Updated By
tarha.mazyck.2@us.af.mil
Archive Date
Jan. 30, 2024