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 includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for maintenance services for the Bombardier Challenger 600 series aircraft, issued by the FAA. It details requirements for a contract encompassing scheduled and unscheduled maintenance, Aircraft on Ground (AOG) responses, technical services, and support for airframe, engines (CF34-3A1 and CF34-3B), Auxiliary Power Unit (APU), and avionics. The contract type is Indefinite Delivery/Indefinite Quantity (ID/IQ) with a base performance period of one year and four option years, potentially extending across five years. Key components include the requirement for the contractor to possess a 14 CFR Part 145 Repair Station Certificate and access to OEM support. Emphasis is placed on timely maintenance to ensure aircraft readiness for mission capabilities. Specific clauses outline quality control, airworthiness, and inspection requirements, as well as obligations for documenting serviceable units and compliance with FAA regulations. This solicitation represents an opportunity for contractors specializing in aircraft maintenance to support FAA operations, achieving critical flights through efficient and compliant service delivery.
    The document outlines a comprehensive Request for Proposal (RFP) for maintenance and support services for the Challenger 600 series aircraft, covering multiple program management support phases over a five-year period. It includes structured pricing for various maintenance schedules, inspections, unscheduled maintenance, and engine rentals, indicating both fixed (FP) and time-and-materials (T&M) cost structures. Key tasks consist of engine maintenance for the GE CF34-3A1 and CF34-3B engines, as well as specific requirements for scheduled and unscheduled maintenance of CL601 and CL605 aircraft. The document lists estimated quantities and corresponding costs for various phases, with the total estimated pricing value (TEPV) calculated at $49,824,101 over five years. It emphasizes the importance of preventing aircraft downtime and ensuring operational readiness through systematic inspections and maintenance tasks, while highlighting the need for adherence to safety regulations and compliance standards. The purpose of this RFP is to solicit proposals from qualified contractors to efficiently manage and deliver these critical maintenance services, ensuring the government fleet remains in optimal operating condition throughout the contract duration, while also providing a financial estimate for budgeting and resource planning.
    The FAA Flight Program Operations (AJF) is seeking contract maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contractor is expected to adhere to all FAA regulations and perform both scheduled and unscheduled maintenance, including Aircraft on Ground (AOG) and Over and Above (O&A) support. Key tasks outlined in the Performance Work Statement (PWS) include ensuring compliance with FAA maintenance programs, providing program management support, and maintaining a Quality Control Plan. The contractor must also have a valid 14 CFR Part 145 Repair Station Certificate and provide engineering support and documentation for all maintenance activities. Fulfillment of maintenance tasks must prioritize timely aircraft availability to meet operational requirements. The document emphasizes the importance of efficient and effective maintenance services, with stipulated timelines for response and completion. A structured approach to maintenance induction, documentation, and inspections is mandatory to ensure airworthiness. This RFP reflects the government's commitment to maintaining aviation safety and operational readiness through meticulous contract management and high standards for service providers.
    The document outlines various Contract Data Requirements Lists (CDRLs) related to aviation maintenance services mandated by the FAA. It specifies deliverables such as Post Award Conference Meeting Minutes (A001), Support Meeting Minutes (A002), Program Management Review (A003), Quality Control Plan (A004), Final Work Order Completion Reports (A005), Engine Tear Down and Evaluation Reports (A006), Trend Monitoring Results (A007), and Monthly Status Reports (A008). Each CDRL includes a description of purpose, preparation instructions, distribution statements, and key content elements such as meeting details, action items, inspection findings, and progress summaries. Emphasis is placed on ensuring adherence to technical requirements, maintaining quality control, and providing comprehensive reporting for continuous oversight of aircraft maintenance operations. Moreover, all reports must be submitted in electronic format and are primarily intended for U.S. government agencies and contractors, as indicated by their respective distribution statements. The document serves as a guideline for contractors in fulfilling their obligations while ensuring compliance with FAA standards and ensuring operational accountability.
    Similar Opportunities
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking qualified contractors to provide critical power systems installation services across National Airspace System (NAS) facilities in the United States and its territories. The procurement involves project management, design services, and installation of power systems and ancillary equipment, structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This initiative is vital for ensuring the reliability and efficiency of power distribution systems that support FAA operations. Interested contractors must submit Phase 1 proposals by October 18, 2024, at 6:00 PM CST, and all inquiries should be directed to Stefanie Wiles and Amanda J. Garen via email. The anticipated contract value could reach approximately $1.32 billion over the contract's duration.
    Aviation Maintenance and Support Services (AMSS)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for Aviation Maintenance and Support Services (AMSS) to support its Critical Incident Response Group (CIRG). The procurement aims to provide comprehensive fixed and rotary wing aviation support, including aircraft maintenance, operational support, and training for over 100 special mission aircraft across the United States. This contract is crucial for ensuring the safety and effectiveness of FBI aviation operations, adhering to FAA regulations and FBI policies. Interested contractors should note that the due date for proposals has been extended to October 1, 2024, by 4 PM EST, and can contact Melissa J. Golicz at mgolicz@fbi.gov or Nicolas Shockley at ncshockley@fbi.gov for further information. The anticipated contract value is up to $100 million, with a base period of one year and four optional extension years.
    AIRCRAFT FAIRING / 05F, C/KC-135 STRATOLIFTER AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide aircraft fairings for the C/KC-135 Stratolifter aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 20 units, and requires delivery within 70 days after order placement. The aircraft fairing is a critical component manufactured by several approved contractors, and access to the associated technical data is restricted to certified contractors. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 804-279-1561 for further details, with the solicitation expected to be issued on or about September 11, 2024.
    DRAFT REQUEST FOR PROPOSAL 2 - Remotely Piloted Aircraft (RPA) Maintenance (Mx)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command, is issuing a Draft Request for Proposal (DRFP) for maintenance support services related to Remotely Piloted Aircraft (RPA), with a focus on the MQ-9 Reaper. The procurement aims to secure organizational-level maintenance support, ensuring the sustainment of combat and training capabilities at both CONUS and OCONUS locations, with a projected five-year ordering period commencing on April 1, 2025. This initiative is critical for maintaining operational readiness and effectiveness of RPA missions, reflecting the government's commitment to enhancing aerial defense capabilities. Interested parties are encouraged to submit questions and clarifications via email to the designated contacts, Mr. Chris Hebert and Ms. Emma Elmore, with the understanding that this DRFP is for review purposes only and does not constitute a formal solicitation.
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The contractor will be responsible for providing all necessary labor, materials, and supervision to maintain both a geared traction elevator and a hydraulic elevator, ensuring compliance with manufacturer specifications through routine inspections, preventive maintenance, and repairs. This procurement is critical for maintaining safe and efficient elevator operations, which are essential for the functionality of air traffic control services. Interested vendors must submit their proposals by October 1, 2024, and can direct inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.
    MARKET SURVEY: The FEDERAL AVIATION ADMINISTRATION (FAA) has an upcoming requirement for CASA 212 Initial and Recurrent Pilot Qualification Training
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for the procurement of CASA 212 Initial and Recurrent Pilot Qualification Training, specifically focusing on ground school training without simulator instruction. This initiative aims to gather information and capabilities from industry participants to assist in developing an acquisition strategy for training FAA inspectors and pilots, ensuring they meet the necessary qualifications to uphold aviation safety standards as mandated under Title 49 U.S.C. Interested firms must be registered in the System for Award Management (SAM) and are required to submit their responses by 2:00 p.m. Central Standard Time on September 27, 2024, via email to the contracting officer, Helaina Germosen, at helaina.k.germosen@faa.gov. The FAA emphasizes that this market survey is for planning purposes only and does not constitute a request for proposals or an obligation to procure services.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The tension regulators are essential for maintaining consistent cable tension in flight control systems, underscoring their importance to aviation safety and mission capability. Interested parties must submit their proposals by September 23, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline or Phillip Russell via email for any inquiries regarding the solicitation.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.