Search Contract Opportunities

Wescam Aggregate Services Plan   3

ID: FA8509-21-R-0028 • 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

This requirement is for Contractor Logistics Support (CLS) services for the three (3) configurations of L-3 Communications /Wescam (Wescam) MX Electro/Optical Infrared (EO/IR) Sensor Turret Line Replaceable Units (LRUs) installed on the Special Operations Forces (SOF) Strike aircraft identified as the AC-130U/W/J. CLS will provide Depot level repair capabilities and labor, bore sight model refurbishment, engineering support, AC-130W MX-RAid diagnostic service plan, MX-15Di simulator service plan in support of AC-130U, shipping, logistics and program management. The contractor shall provide an annual service plan arrangement based on a block of turret operational hours per turret. The contractor shall provide both Continental United States (CONUS) on-site Field Service Representative (FSR) support that includes field level repair/troubleshooting and Outside the Continental United States (OCONUS) on-site FSR support that includes field level repair/troubleshooting in multiple locations in foreign countries. The contractor may provide Familiarization Training for the installed turret systems as required.

Intended Source: This CLS effort must be fulfilled by L-3 Communications/Wescam, 649 North Service Rd. West, Burlington, Ontario, Canada L7P 5B9. CAGE CODE: 3AC24. L-3 Communications/Westcam is the only source known that can satisfy the needs of the agency.

In Accordance With (IAW) Defense Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 225.870-1, the Government will utilize the Canadian Commercial Corporation when contracting with this Canadian Contractor. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of 10 USC 2403(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Wescam owns all the technical and engineering data associated with the sensors. No other source can provide necessary level of repair of the sensor turret as they do not possess the specific sensor proprietary technical data.

Period of Performance: 1 January 2022 thru 31 December 2028. One (1) year basic period of performance and six (6) one (1) year option periods.

Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five (45) days after date of publication of this solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Solicitation will be uploaded to Beta.SAM.gov. Performance Based Work Statement and all Contract Data Requirements Lists and any other supporting documents will be uploaded to Beta.SAM.gov. with the solicitation.

Overview

Response Deadline
Sept. 27, 2021, 5:00 p.m. EDT Past Due
Posted
Aug. 12, 2021, 3:46 p.m. EDT
Set Aside
None
Place of Performance
Canada
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
On 8/12/21 AFLCMC Robins AFB issued Solicitation FA8509-21-R-0028 for Wescam Aggregate Services Plan due 9/27/21. The opportunity was issued full & open with NAICS 334511 and PSC J016.
Primary Contact
Name
Jeffery Pruitt   Profile
Phone
(478) 222-9667

Secondary Contact

Name
Macie Dyke   Profile
Phone
(478) 222-1584

Documents

Posted documents for Solicitation FA8509-21-R-0028

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation FA8509-21-R-0028

Award Notifications

Agency published notification of awards for Solicitation FA8509-21-R-0028

Contract Awards

Prime contracts awarded through Solicitation FA8509-21-R-0028

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8509-21-R-0028

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8509-21-R-0028

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > INTELLIGENCE, SURVEILLANCE, RECONNAISSANCE > FA8509 AFLCMC WIUKA
FPDS Organization Code
5700-FA8509
Source Organization Code
500039782
Last Updated
Sept. 27, 2021
Last Updated By
macie.dyke@us.af.mil
Archive Date
Sept. 27, 2021