Pre-Solicitation: Full and Open CLS Sustainment services for the AEWS AN/FPS-117 Radar System
ID: FA8217-25-AEWS_Open_CLSType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8217 AFLCMC HBDKHILL AFB, UT, 84056-5838, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking proposals for Contractor Logistics Support (CLS) services for the AN/FPS-117 Long Range Radar System. This procurement aims to sustain and maintain the radar system across 27 operational sites in Alaska, Canada, and Hawaii, ensuring operational readiness through comprehensive services including program management, engineering support, maintenance, and procurement of hardware and software. The contract will be awarded as a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a potential six-month extension, and has an estimated maximum value of $32.4 million. Interested parties must submit their proposals by July 28, 2025, and can direct inquiries to Christopher Jarman at christopher.jarman@us.af.mil or Cameron Tucker at cameron.tucker.6@us.af.mil.

    Files
    Title
    Posted
    The document serves as a cover letter for a Present/Past Performance Questionnaire linked to the Air Force Life Cycle Management Center's Request for Proposal (RFP) FA8217-25-R-B0XX. This RFP pertains to the sustainment of the AN/FPS-117 Atmospheric Radar Early Warning System. Offerors must distribute the questionnaire to relevant contacts regarding their prior performance on related contracts and submit completed forms to the government directly. The questionnaire is structured to gather comprehensive data about the contractor's past performance, including contract identification, agency details, respondent identification, performance ratings, and qualitative comments regarding the contractor's capabilities in areas like technical knowledge, logistics support, quality control, and cost performance. This evaluation aims to assess the contractor's effectiveness in executing the contract successfully while ensuring compliance with government standards and performance requirements. The information collected will contribute to the source selection process, which aims to determine the most qualified offeror based on their past work quality and performance metrics.
    The document is a Performance Work Statement (PWS) for the Atmospheric Early Warning System (AEWS) under the U.S. Air Force, detailing the support required from Lockheed Martin Contractor Logistics Support. It outlines the objectives, scope, and general requirements for task order FA8217-XX-X-XXXX. The contract, governed by IDIQ Contract FA8217-25-R-B004, specifies the necessary services, including program management, technical support, emergency services, and equipment shipping, adhering to existing contract modifications. The contract encompasses a base year with four option years and a six-month extension. Essential tasks include providing technical engineering support, documented communication between government and contractor, and ongoing project management deliverables. Key outputs, such as program management plans and regular reports, will guide the execution and oversight of the AEWS program. This document exemplifies a formal approach to managing government contracts within the framework of providing vital defense capabilities, ensuring compliance with administrative guidelines and efficiency in service delivery.
    The document outlines the requirements and guidelines for participants in federal grants, RFPs, and proposals at the state and local levels. It emphasizes the importance of understanding eligibility criteria, submission procedures, and compliance with federal regulations. Key components include the specific funding opportunities available, the application process, and deadlines for submissions. The file also provides insights into the evaluation criteria that will be used to assess proposals, highlighting the need for clarity, relevance, and alignment with government priorities. Ultimately, this document serves as a vital resource for organizations seeking financial support from various government levels, ensuring that applicants are well-informed and prepared to navigate the complex landscape of public funding opportunities. It underscores the government's commitment to transparency and fairness in the procurement process, while facilitating economic growth and development through strategic partnerships.
    The government plans to award a single five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Contractor Logistic Support (CLS) services on the AN/FPS-117 radar program. Proposals must align with instructions in Section L of the RFP, detailing the format and content required for submission. Offerors must deliver comprehensive proposals, which include sections on cost/price, technical proposals, past performance, and small business participation. A focus on quality control, logistics, and performance metrics is vital, with specific instructions for formatting and electronic submission via the Procurement Integrated Enterprise Environment (PIEE). The evaluation criteria prioritize completeness, reasonableness, and balance of proposed pricing, along with technical capability and past performance related to similar efforts. Offerors must support their techniques for ensuring logistics and asset availability, cybersecurity measures, and responses to counterfeit parts. Additionally, they must demonstrate engagement strategies for small businesses to meet participation goals. The proposal due date is set for July 28, 2025, establishing a 365-day validity period post-submission. This initiative reflects the government's intent to optimize logistics and support for its radar system while fostering small business involvement and evoking stringent accountability in performance management.
    The document outlines the evaluation criteria for awarding a contract under the AN/FPS-117 CLS program, adhering to the Federal Acquisition Regulation (FAR) and related guidelines. The government seeks to award one Indefinite Delivery/Indefinite Quantity (ID/IQ) contract based on a best value selection process, emphasizing both technical capabilities and cost considerations. The evaluation encompasses five main factors: Cost/Price, Technical capabilities (with four subfactors), Past Performance, Small Business Participation, and Administrative/Responsibility Material. Each factor will be carefully assessed, with non-price factors prioritized over cost. Technical evaluation will address knowledge and experience in radar systems, logistics, quality control, and contractor resources. Past performance is assessed based on recent and relevant contracts, ensuring a record of successful past performance. Additionally, compliance with small business participation goals is vital. Proposals must meet legal and regulatory requirements, and while the government prefers proposals with an exceptional technical approach, higher-priced offers may be accepted if justified. Eligibility for award hinges on meeting all outlined submission requirements and providing a reasonable price. The evaluation process aims for transparency and fairness while focusing on delivering the most advantageous outcome for the government.
    The document outlines a comprehensive Cross-Reference Matrix pertaining to the evaluation criteria for federal and state RFPs, including factors like cost/price, technical capability, past performance, and small business participation. Each volume of submissions is categorized into specific sections detailing required elements such as pricing matrices, past performance sheets, and compliance with small business regulations. The matrix facilitates the comparison of contractor proposals against the established criteria, ensuring thorough assessment of completeness, reasonableness, balance, and realism of bids. Additionally, it emphasizes the importance of past performance information, including relevancy and the need for detailed summaries. The structure indicates a need for compliance with administrative responsibilities and certifications as part of the submission process. Overall, this document serves as a guideline for bidders to prepare their proposals in alignment with federal solicitations, emphasizing transparency and accountability in contractor selection. It ensures that all critical factors are considered in the evaluation to promote fair competition and effectiveness in government contracting.
    The document outlines instructions for a government Request for Proposals (RFP) related to labor rate pricing for various professional services. It emphasizes that no modifications should be made to the worksheet format, including maintaining specified labor categories and their respective hourly rates, which are initially set at $0.00 for Year 1. These rates are intended to serve as a Not-To-Exceed (NTE) table for bidding purposes, with the potential for additional categories to be negotiated later. The pricing structure requires that all labor rates be fully burdened, excluding profit and fee, which should be detailed separately to ensure compliance with federal regulations. Several Contract Line Item Numbers (CLINs) are listed, indicating arrangements for fixed-price (FFP) and cost-plus-fixed-fee (CPFF) contracts across multiple years, stressing that proposed costs must reflect identified rates for accurate cost estimation. Additionally, the document specifies that subcontractor equivalents for government-defined titles must be clarified, ensuring alignment in responses from bidders. Overall, it serves to guide contractors in their proposals for government projects while establishing clear financial parameters and compliance with regulatory standards.
    The Pre-Award Survey of Prospective Contractor Accounting System Checklist is a comprehensive form used by federal agencies to assess the accounting capabilities of contractors bidding for government contracts. It requires detailed information about the contractor’s accounting system, including prior DCAA audits, compliance with Cost Accounting Standards (CAS), and adherence to Generally Accepted Accounting Principles (GAAP). The checklist consists of various questions that assess operational status, financial practices, labor accounting, cost allocation, and reporting capabilities, as well as readiness for a DCAA audit. Contractors must provide narratives and supporting documentation to validate their answers. The overarching goal is to ensure that the contractor's accounting system is robust and compliant, which is critical for the proper management of federal funds and awarding of contracts. This survey serves as a vital tool in the procurement process, aiming to safeguard government interests by verifying that potential contractors have the necessary financial controls in place. The focus on detail indicates the importance of transparency and accountability in government contracting.
    The document outlines the structure and requirements for completing a Past Performance Information Sheet (PPIS) for federal proposals, specifically related to contracts within five years of the proposal due date. It instructs offerors to detail essential aspects of relevant contracts, including contract specifics such as agency, number, type, geographical location, and financial values. The PPIS requires a concise description of the effort, the offeror's role, and relevant customer contacts, along with explanations for contract changes and compliance with small business utilization requirements. Additionally, it emphasizes illustrating the relevance of past contracts to the current Request for Proposal (RFP), highlighting key areas in the technical factors for evaluation. Offerors must summarize major contract issues, corrective actions, and any past performance ratings that may impact their proposal. The document serves to guide firms in articulating their capabilities and experiences effectively for government solicitations, thereby enhancing the selection process for prospective contractors.
    The document outlines the criteria for assessing the relevancy of past performance in response to federal and state RFPs concerning projects valued at $15 million or more. It is structured around three main categories: magnitude and contract type, complexity of performance, and similarity of scope. 1. **Magnitude and Contract Type**: It differentiates contracts based on their total value, emphasizing that relevant contracts must meet or exceed $15 million. 2. **Complexity of Performance**: Successful past performance should demonstrate experience across multiple geographical locations, specifically with PESA/AESA radars, rather than limited performance at single sites or with irrelevant technologies. 3. **Similarity of Scope**: Relevant experience must include services or products developed for remote Arctic environments, with personnel skilled in specific areas outlined in the Performance Work Statement (PWS). Performance should also have at least three years of completion. The document aims to establish a clear baseline for evaluating a contractor's relevant past performance in relation to the prospective projects, ensuring only capable entities are considered for these significant opportunities.
    The Performance Work Statement (PWS) outlines the requirements for Contractor Logistics Support (CLS) for the Atmospheric Early Warning System (AEWS) Program, specifically for the AN/FPS-117 long-range radar system. The contract aims to ensure operational readiness and maintenance of these radar systems, utilized by the USAF and other agencies in North America. Responsibilities include engineering support, maintenance, procurement of spares, and adherence to cybersecurity standards. The contract covers all necessary resources and establishes performance objectives, including an Operational Availability (Ao) of 97%. Specific performance metrics involve Mean Time Between Failures (MTBF) and supply chain efficiency, with objectives improving over time. The contractor will also maintain security protocols, prevent counterfeit parts, and comply with environmental and occupational safety regulations. Additionally, detailed reporting and quality control procedures are mandated, ensuring the contractor meets performance and regulatory standards. Ultimately, the contract encapsulates a commitment to sustain critical defense systems, enabling mission success for NORAD and related stakeholders through comprehensive support services and adherence to various technical and operational requirements.
    The document outlines a federal request for proposals (RFP) aimed at acquiring services related to a range of government operations. It specifies the requirements for potential bidders, including qualifications, project objectives, submission guidelines, and evaluation criteria. Key points include the emphasis on compliance with federal standards, the need for innovative solutions to enhance efficiency, and the requirement for bidders to demonstrate prior experience in similar projects. The RFP encourages partnerships with local entities to foster community engagement and addresses budget constraints by detailing funding limits and financial management expectations. Additionally, timelines for proposal submissions and project milestones are explicitly stated to ensure transparency and accountability. The document serves as a structured guide for vendors seeking government contracts while highlighting the government's focus on collaboration and responsible resource management.
    The document outlines the specifics of a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract regarding logistics and maintenance support for the AN/FPS-117 radar system. It highlights that the contract, valid for five years with a potential six-month extension, has a minimum guarantee of $10,000 and an estimated maximum value of $32.4 million. The RFP includes various services such as program management, engineering support, procurement, repairs, and training, with each service characterized by different pricing arrangements like Firm Fixed Price or Cost Plus Fixed Fee. Notably, it emphasizes tasks related to emergency maintenance and diminishing manufacturing sources for equipment. Funding for the contract is currently unavailable, and awards are contingent upon funding availability. The structuring covers proposal submission guidelines, evaluation factors, and necessary representations and certifications, ensuring adherence to defense priorities. The document exemplifies stringent requirements for contractor accountability, effort tracking, and compliance, reflecting the government's thorough approach to procurement and service delivery involving critical national security infrastructure.
    Similar Opportunities
    Loading similar opportunities...