Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
ID: 6973GH-24-R-00226Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which will be awarded as a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive maintenance services, including scheduled and unscheduled repairs, AOG (Aircraft on Ground) support, and engineering assistance, ensuring the operational readiness of the FAA's aircraft fleet. This initiative is critical for maintaining compliance with aviation safety standards and operational efficiency, with an estimated contract value between $20 million and $50 million over a five-year period, from March 1, 2025, to February 28, 2030. Proposals are due by 3:00 PM CT on January 31, 2025, and interested parties should direct inquiries to Contracting Officer Stephanie Riddle at stephanie.r.riddle@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation for a contract, specifically modifying the evaluation ratings and scores while extending the proposal due date. The amendment modifies the definition of "Strength" in Section 5.1 to clarify that a proposal can also include features exceeding Performance Work Statement (PWS) requirements that benefit the Government. Additionally, the proposal due date is now set for October 30, 2024, at 3:00 PM CT. All other terms and conditions of the original solicitation remain unchanged. The document emphasizes the importance of acknowledging receipt of the amendment by the specified deadline to avoid rejection of offers. This amendment is indicative of ongoing adjustments commonly found in federal procurements, ensuring that criteria for submissions align with current expectations and timelines.
    The document is an amendment to a federal solicitation, specifically concerning the extension of the Proposal Due Date for Contract ID 6973GH-24-R-00226. The key point of the amendment is the change of the Proposal Due Date to November 15, 2024, at 3:00 PM CT. The document also reaffirms that all other terms and conditions of the solicitation remain unchanged and in full effect. The period of performance for the contract is stated as March 1, 2025, to February 28, 2030. Additionally, it outlines the necessary protocol for contractors to acknowledge receipt of the amendment, emphasizing that failure to do so may result in the rejection of an offer. This amendment demonstrates the government’s flexibility in the procurement process, allowing for adjustments while ensuring compliance with relevant administrative details.
    This document serves as an amendment to the solicitation for a federal contract, specifically modifying the timeline for proposal submissions. The primary purpose is to extend the Proposal Due Date to December 16, 2024, at 3:00 PM CT. The document retains all other terms and conditions unchanged, reinforcing that the contract's period of performance will be from March 1, 2025, to February 28, 2030. It specifies the requirement for contractors to acknowledge the amendment through various methods before the designated date to ensure their offers remain valid. This amendment reflects standard practices in government Requests for Proposals (RFPs) and contract modifications, ensuring adherence to procedural requirements and maintaining transparency in procurement processes. The overall structure includes sections detailing the amendment specifics, acknowledgment requirements, and administrative details pertinent to the contract and offers.
    This document serves as an amendment to a solicitation for a government contract identified by CONTRACT ID 6973GH-24-R-00226. The primary purpose of the amendment is to extend the Proposal Due Date to January 31, 2025, at 3:00 PM CT. The period of performance for the contract remains from March 1, 2025, to February 28, 2030. All other conditions of the contract remain unchanged. The amendment requires contractors to acknowledge receipt of this modification and submit their proposals according to the new deadline, with clear instructions provided for submissions and changes. The amendment is issued by the FAA Aeronautical Center, indicating its role in overseeing the procurement process. Overall, this document emphasizes the procedural requirements for the amended solicitation while ensuring transparency and continued adherence to existing contract terms.
    The document is an amendment to a government solicitation regarding a federal contract identified by the code 6973GH-24-R-00226. It outlines modifications to the solicitation, specifically incorporating a Questions and Answers attachment, a revised Schedule B, and a revised Performance Work Statement (PWS) focused on the Bombardier Challenger 600 Series Aircraft Maintenance Programs. The amendment confirms that the Proposal Due Date remains January 31, 2025, at 3:00 P.M. CT, and states that all other terms and conditions remain unchanged. The active period for this contract is set from March 1, 2025, to February 28, 2030. This amendment serves to clarify and update key components of the solicitation process, ensuring potential contractors have the necessary information to submit compliant proposals. It is critical for maintaining transparent communication and adherence to timelines in federal contracting processes.
    This document serves as an amendment to a solicitation and outlines specific changes related to contract management. The main purpose is to incorporate a Questions and Answers attachment into the solicitation referenced by contract ID 6973GH-24-R-00226, while maintaining the proposal due date of January 31, 2025, at 3:00 P.M. CT. The amendment further clarifies that the period of performance for the contract will run from March 1, 2025, to February 28, 2030. Additionally, it emphasizes that all other terms and conditions of the original solicitation and contract remain unchanged and in full effect. The document details procedural instructions for contractors regarding the acknowledgment of the amendment and submission changes prior to the specified deadlines, ensuring compliance with federal contracting protocols. Overall, this amendment is part of standard practices within government RFP processes, ensuring transparency and clarity for prospective contractors while fostering effective contract administration.
    The document outlines the solicitation for the FAA Flight Program Operations regarding aircraft maintenance services for Bombardier Challenger 600 series. The FAA seeks a single contract for maintenance, including scheduled and unscheduled services, AOG response, engineering support, and parts rental. The contract formation is structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a five-year potential duration through four option years. Vendor qualifications include possessing a 14 CFR Part 145 Repair Station Certificate and access to OEM engineering support. The document specifies performance requirements, including timely service responses to ensure aircraft readiness. Detailed requirements are categorized into contract line items (CLINs) covering various maintenance needs, with pricing, delivery terms, and performance periods defined. The solicitation emphasizes the importance of compliance with airworthiness regulations and comprehensive documentation for all maintenance tasks completed. Overall, this solicitation illustrates the FAA's commitment to maintaining operational readiness of its aircraft fleet through stringent service requirements and contractor qualifications.
    This government document outlines a Request for Proposal (RFP) for maintenance and support services related to the Challenger 600 Series aircraft. The schedule includes detailed listings for program management support, scheduled and unscheduled maintenance, engine inspection, and rental services over multiple years, with various options for monthly or hourly services. Each line item categorizes specific maintenance tasks, such as engine inspections, chip detector services, and airframe checks, specifying quantities and cost types, mostly indicated as fixed price (FP) or time and materials (T&M). The total estimated price values (TEPV) are specified for each contract year, culminating in a five-year estimate of approximately $50 million, reflecting anticipated costs associated with aircraft upkeep and service continuity. This document serves to solicit contractors for comprehensive aviation support, ensuring the operational readiness of the government-operated aircraft fleets while adhering to aviation standards and safety compliance. The data presented underlines the financial and operational implications of aircraft maintenance agreements, critical for fulfilling governmental aviation requirements.
    The document outlines a Request for Proposal (RFP) concerning maintenance and support for Challenger 600 series aircraft, detailing various pricing and services across multiple years. It includes two main categories: Program Management Support and Scheduled Maintenance, with itemized activities, unit rates, quantities, and estimated total costs. The structure is divided into different line item numbers (CLINs) for base years and subsequent option years, outlining anticipated maintenance checks, engine inspections, unscheduled maintenance, and rentals. Each entry specifies maintenance types (e.g., engine maintenance for GE CF34-3A1 and CF34-3B engines) across varying timeframes, capacity measures such as hours or months, and corresponding costs, which range significantly—some as low as zero and others estimated in the millions. For overall project durations, the total estimated cost for the five-year maintenance proposal is approximately $49.8 million. This document serves to solicit bids from potential contractors, emphasizing adherence to government standards for maintaining operational readiness of the aircraft while managing budget expectations. It is critical in ensuring that the government can efficiently allocate resources while maintaining aircraft safety and performance.
    The FAA Flight Program Operations requires a contractor for maintenance services for its Bombardier Challenger 600 series aircraft fleet. The contract encompasses scheduled and unscheduled maintenance, Aircraft on Ground (AOG) support, technical services, and engineering assistance, with compliance to FAA regulations (14 CFR Part 135). The contractor must have FAA Repair Station Certification and access to OEM support. Key responsibilities include managing maintenance tasks, providing a Quality Control Plan, and ensuring timely responses for maintenance requests. A comprehensive transition plan is required upon contract award for both phase-in and phase-out processes. Scheduled maintenance activities must adhere to FAA approved guidelines, with a seven-day response time for scheduling. Unscheduled maintenance and AOG support must be addressed promptly, with a 24-48 hour response requirement. The contractor is accountable for returning aircraft to service and providing documentation for all maintenance actions, including engine and APU services. The structured format includes an introduction, scope of work, program management, maintenance processes, inspection protocols, and a detailed outline of airframe, engine, and avionics requirements, culminating in the invoicing and reporting protocols. This document serves as a critical guideline in ensuring operational readiness and safety for the FAA's aviation operations.
    The FAA Flight Program Operations seeks contract maintenance services for its Bombardier Challenger 600 series aircraft, primarily based in Oklahoma City but operational worldwide. The contractor is responsible for essential maintenance, including scheduled and unscheduled repairs, AOG (Aircraft on Ground) responses, and parts management, which must comply with FAA regulations. Key responsibilities include program management, quality control, and coordination with FAA personnel, emphasizing the need for timely responses to minimize aircraft downtime. The contract will cover aircraft induction processes, thorough maintenance documentation, and complete cleaning post-maintenance. Maintenance of engines, airframes, avionics, and auxiliary power units will ensure airworthiness, while strict adherence to FAA-approved manuals is mandatory. The contractor will utilize OEM support and maintain a drug-free workforce, with rigorous monitoring for compliance with regulatory requirements. Overall, this initiative aims to enhance maintenance efficiency and availability of FAA aircraft to meet mission demands, reflecting the FAA’s commitment to reliable operations and safety.
    The document outlines the Contract Data Requirements Lists (CDRLs) for several deliverables associated with a federal project, particularly focusing on maintenance and quality control of aircraft within the Flight Program Operations. Each CDRL specifies the title, identification number, purpose, approval date, and detailed preparation instructions for various reports, such as Post Award Conference Meeting Minutes, Support Meeting Minutes, Program Management Reviews, and Quality Control Plans. Key requirements include providing meeting details, discussion summaries, action item lists, and compliance with FAA regulations. The Quality Control Plan mandates strict adherence to safety and maintenance standards while ensuring personnel qualifications and continuous monitoring of procedures. Additionally, the document specifies the necessity for timely reporting on engine evaluations, monthly status updates, and detailed documentation of maintenance activities. Distribution statements restrict access to U.S. Government agencies and their contractors, emphasizing confidentiality. Overall, the CDRLs serve to ensure transparency, accountability, and high-quality performance standards in handling aircraft maintenance tasks.
    The Challenger 600 Aircraft Maintenance Support document addresses vendor inquiries related to a federal solicitation for aircraft maintenance. The maintenance work will primarily occur at the contractor's facility, with potential FAA facility involvement. The OEM maintenance program will be adhered to, and any FAA-specific inspections not included in the standard maintenance will be addressed under unscheduled maintenance procedures. The solicitation, advertised on SAM.gov, aims for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract lasting one base year plus four options, with a budget estimate between $20 million and $50 million. The FAA clarified that the contractors must comply with specific personnel qualifications and maintenance standards without providing part support for maintenance activities. Additionally, there are no ongoing incumbents for this contract, and subcontractor details must be disclosed if different addresses are involved in the work. Lastly, there are guidelines for pricing submissions outlined in Schedule B, emphasizing the need for accurate unit rates. This initiative is part of the FAA's strategic effort to ensure consistent, high-quality maintenance for its aircraft fleet while remaining compliant with federal contracting regulations.
    The document outlines responses to vendor questions regarding the Challenger 600 Aircraft Maintenance Support RFP, which is set to be awarded as a single IDIQ contract for a base year plus four options. Key topics include the performance location, following OEM maintenance protocols, and specific maintenance schedules for aircraft. The FAA expects work primarily at the contractor's facilities but allows for possible work at FAA locations. Financial forecasts indicate a contract value between $20M-$50M, with a potential award date around early 2025. The responses clarify that no parts will be provided by the FAA, and any unexpected maintenance needs will be negotiated. Multiple specific questions address maintenance intervals, inspections, personnel certification requirements, and the proposal submission format, emphasizing the need for compliance with FAA guidelines. The FAA also indicates that a quality control plan is necessary and that historical data on aircraft usage and inspections will be shared post-award. There is no incumbent for this service, indicating it is a new requirement. Overall, the document serves as a comprehensive guide for potential bidders, outlining expectations and procedures for submitting proposals while addressing various operational considerations relevant to aircraft maintenance.
    Similar Opportunities
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Engineering Support Services - Commercial Derivative Aircraft
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.