Maintenance, Repair, and Overhaul (MRO) and MRO-Supply (MRO-S) Justification & Approval (J&A)
ID: MRO_MRO-S_25_J001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8770 AFLCMC GBKWRIGHT PATTERSON AFB, OH, 45433-5769, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the Maintenance, Repair, and Overhaul (MRO) and MRO-Supply (MRO-S) Justification & Approval (J&A) project at Wright Patterson AFB in Ohio. The procurement aims to configure and integrate key Oracle E-Business Suite modules to enhance the Department's capabilities in managing depot maintenance, manufacturing, and financial reporting, while also transitioning from outdated legacy systems to a more streamlined operational framework. This sole source contract is justified under FAR 6.302-1 due to the specialized nature of the services required, and interested parties must respond within 15 days of the publication date to demonstrate their capability to fulfill the requirements. For inquiries, contact Gene Eastman at gene.eastman.2@us.af.mil or Deshaun Dilworth at deshaun.dilworth@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the legacy systems that are scheduled to be partially or fully phased out upon the implementation of the Maintenance Repair Operational Support (MRO-S) system. It categorizes various existing systems by their designators and acronyms, providing corresponding system names such as the Automated Bill of Material (ABOM) and the Defense Industrial Financial Management System (DIFMS), among others. The legacy systems targeted for sunset include several crucial tools that support inventory management, financial accounting, material management, and logistical planning across the Department of Defense and associated sectors. The rationale for this consolidation is to modernize operational capabilities and streamline processes within federal agencies. This initiative aligns with broader government objectives of enhancing efficiency and reducing redundancy in IT systems as highlighted in RFPs and grant proposals. The document stresses the importance of transitioning to the MRO-S system for improved data management and operational effectiveness, reflecting the commitment of governmental entities to adapt to evolving technological needs.
    This document outlines the deliverables required under a federal contract, specifically detailing the Contract Data Requirements List (CDRL) for FFP (Firm-Fixed-Price) priced data. The main deliverables include key documents such as the Software Development Plan (SDP), Software Design Description (SDD), Software Installation Plan (SIP), and Software Quality Assurance Plan (SQAP), among others. Each deliverable is essential for ensuring systematic development, deployment, and maintenance of software products. Additionally, the document includes relevant Defense Federal Acquisition Regulation (DFARS) clauses, which safeguard intellectual property rights in technical data and computer software. These clauses specify the rights and restrictions pertaining to the technical data provided, ensuring compliance with government regulations. The purpose of this document aligns with requirements for federal RFPs (Requests for Proposals) and grants, emphasizing structured software development and compliance with federal standards. Overall, this file serves as a guideline for contractors to understand their obligations regarding software-related deliverables in federal contracts, promoting transparency and accountability within governmental projects.
    The document is a Justification and Approval (J&A) outlining the need for an acquisition involving the Maintenance Repair and Overhaul System (MRO-S) for the Department of the Air Force (DAF). The primary goal is to improve asset management, operational efficiency, and data integrity while reducing duplication of costs and risks associated with transitioning to a new system integrator (SI). The J&A covers cost estimates, project timelines across five contract periods, and the importance of integrating MRO and MRO-S functionalities to enhance supply chain responsiveness. The acquisition involves a firm-fixed price contract, with the government retaining unlimited rights to all intellectual property developed throughout the process. This will ensure a competitive environment for future acquisitions necessary for MRO-S sustainment. The government also plans to encourage small business participation, emphasizing matchmaking opportunities between prime contractors and interested small firms. Additionally, the document outlines the actions taken to solicit potential sources through a Sources Sought notice and one-on-one sessions. Overall, the J&A supports the case for utilizing other than full and open competition due to the unique qualifications of the identified contractor, which are critical for meeting the DAF’s operational goals efficiently and effectively.
    Similar Opportunities
    SOLE SOURCE Service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061, crucial for the Rotor Control Branch's operations. This contract is designated for Sargent Aerospace & Defense, LLC, the original equipment manufacturer (OEM), which possesses the proprietary processes and technical data necessary for this specialized work. The contract, funded by Army Working Capital Funds, is set to commence in FY 2025 with a performance period of 12 months, and the offer due date is scheduled for 11:00 AM on October 22, 2024. Interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details.
    AFRL/RQ ELECTRICAL EMERGENCY RESPONSE
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force Research Laboratory (AFRL), is seeking contract support for emergency maintenance of high voltage electrical systems at Wright Patterson Air Force Base (WPAFB) in Ohio. The primary objective of this procurement is to ensure the reliability of over 2,000 pieces of electrical equipment that are critical for R&D operations, which include various aged systems and motors. This contract will involve providing on-site support for low to medium voltage emergencies, employing certified technicians for diagnostics and repairs, and engaging a licensed electrical engineer for system analysis and recommendations, all while adhering to stringent safety and operational security measures. The period of performance is set for 12 months, with an estimated budget of $250,000. Interested parties can contact Matthew Main at matthew.main.4@us.af.mil or by phone at 937-713-9865 for further details.
    Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking potential contractors capable of performing repairs on Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) and Wide Area Conventional (WAC) EMAs. This Sources Sought Synopsis aims to identify responsible sources for these critical electronic component repairs, with a focus on gathering information to inform future acquisition strategies, including the possibility of a Small Business Set-Aside. The Air Force emphasizes the necessity for contractors to possess the required technical data for redesign and repair, as the government does not own such data. Interested parties, particularly small businesses, are encouraged to submit their qualifications, including relevant experience and company profiles, by October 24 at 4:00 PM MST. For further inquiries, interested contractors may contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil.
    Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the EOTS Gap Analysis Service, which will be awarded to Lockheed Martin Corporation. The primary objective of this procurement is to conduct a comprehensive gap analysis to support the U.S. Air Force's 402d Software Engineering Group in establishing software sustainment capabilities for the F-35 Joint Strike Fighter's Electro-Optical Targeting System (EOTS). This service is critical for ensuring the operational integrity and maintenance of advanced military aircraft systems. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett or Valerie Evans via their respective email addresses. The contract encompasses a 35-day phase-in period, a 263-day execution period, and a 79-day phase-out period, with specific deliverables outlined in the Performance Work Statement.
    F101 DEC Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F101 Digital Electronic Control (DEC) under a requirements contract that includes one base year and four option years. This contract is expected to be sole sourced to Hamilton Sundstrand Corporation, indicating specialized repair needs that require contractor-furnished materials, as no Government Furnished Material will be provided. The successful contractor will be responsible for delivering repair services in compliance with the Statement of Work and various reporting obligations, ensuring operational readiness of critical military systems. Interested vendors should contact Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil for further details regarding the solicitation process.
    16--FLIGHT MANAGEMENT C, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 36 units of a specialized flight management component, identified by NSN 7R-1680-016466153-P8. This procurement requires engineering source approval to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The contract will be awarded based on qualifications, with proposals due within 45 days of the notice, and interested parties should contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER@NAVY.MIL for further details.
    Joint Standoff Weapon (JSOW) Modification of N0001924F0164 FY24 Repair of Repairables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to modify the Repair of Repairables (RoR) Delivery Order N0001924F0164 under Basic Ordering Agreement N00019-20-G-0007, specifically for the Joint Standoff Weapon (JSOW) program, with Raytheon Company located in Tucson, Arizona. This modification aims to procure essential services to support U.S. Navy RoR activities, as Raytheon is the sole designer, developer, and manufacturer of the JSOW, possessing the unique capabilities and technical data required for this procurement. The Government is pursuing this acquisition on a sole source basis, emphasizing the critical nature of the services provided by Raytheon, and interested parties may express their interest and capabilities, although no competitive proposals will be accepted. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at Jennifer.c.vance2.civ@us.navy.mil.
    HQ AFMC/A4N Logistics, IT, & Enterprise Architecture Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Headquarters Air Force Materiel Command (AFMC), is seeking sources for Logistics, IT, and Enterprise Architecture support at Wright Patterson AFB, Ohio. The procurement aims to enhance data management and enterprise architecture within the logistics domain, focusing on integrating IT functions to improve decision-making and operational agility in military operations. This initiative is critical for modernizing Air Force logistics processes and systems, particularly in the context of Great Power Competition. Interested parties must submit a capabilities package by October 26, 2024, demonstrating their expertise and compliance with small business requirements under NAICS code 541519. For further inquiries, contact Dominic McClung at dominic.mcclung@us.af.mil or Lauren Love-Edwards at lauren.love-edwards@us.af.mil.
    16--MODULE ASSEMBLY AFT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of three MODULE ASSEMBLY AFT units from Sikorsky Aircraft Corp, the sole source provider for this requirement. The procurement involves the repair of NSN 7R-1680-016823672-H5, with no available drawings or data for alternative sourcing, emphasizing the critical nature of this component for military operations. Interested parties may submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for December 2024. For further inquiries, contact Sarah F. Pfeil at (215) 697-3967 or via email at sarah.p.f Pfeil.civ@us.navy.mil.
    F16 Pylon Rib Wing Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified vendors to provide repair services for F-16 Wing Pylon Ribs affected by corrosion, as outlined in the Sources Sought notice (Solicitation Number: FA8232-25-Q-3006). The objective is to identify responsible sources capable of delivering repair solutions that can be implemented within six months, ensuring that the repairs not only address current corrosion issues but also prevent future occurrences throughout the aircraft's operational life. This initiative is critical for maintaining the operational readiness of the F-16 aircraft and may potentially be set aside for small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned. Interested parties must submit their responses electronically by 3:30 PM MT on October 22, 2024, to the designated contacts, Malorie Bennion and Kirsten Rivera, with specific instructions regarding email formatting and content to ensure successful communication.