C-5 Software Sustainment Services
ID: FA8525-24-R-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8525 AFLCMC WLSKAROBINS AFB, GA, 31098-1670, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE is seeking C-5 Software Sustainment Services in Marietta, GA, USA. This 6-year contract aims to provide software updates for the C-5 aircraft, including addressing deficiency reports and engineering analysis. The deliverables must go through Formal Qualification Testing and be compatible with the C-5M aircraft Operational Flight Program. The contract will have one basic ordering period of 12 months and 5 annual ordering periods. The procurement is a sole source contract to Lockheed Martin Aeronautics. Interested sources should monitor SAM.gov for the Request for Proposal (RFP) release on or after 19 Jan 2024.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    C5M TES- Technical Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Technical Engineering Services (TES) to support the C-5M Super Galaxy aircraft under contract FA8525-24-R-0001. The primary objectives include providing sustaining engineering services such as conducting engineering investigations, formulating deficiency resolutions, and ensuring the operational readiness of the aircraft through various programs, including the Aircraft Structural Integrity Program (ASIP) and Corrosion Prevention and Control Program (CPCP). This initiative is crucial for maintaining the aircraft's life cycle and operational capabilities, directly impacting the U.S. Air Force's global mobility missions. Interested contractors must have a security clearance of "Secret" and are encouraged to contact Alisha Foster or Erica Martin via email for further details, with the performance period expected to span from July 25, 2024, to July 24, 2029, and a potential six-month extension.
    Solicitation-C-5 Nose Landing Gear Door Gearboxes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of Nose Landing Gear Door Gearboxes, with a focus on electronic and precision equipment repair and maintenance. This procurement involves a Firm Fixed Price Requirements Type Overhaul Contract, which includes a five-year Basic Ordering Period and three one-year Option Periods, totaling up to eight years of service. The gearboxes are critical components for aircraft operations, and the government owns a complete technical data package for this requirement. Interested vendors must register in the Joint Certification Program to access bid documents and submit their proposals by the response deadline of October 5, 2024, at 3:30 PM EST. For further inquiries, vendors can contact Caiveon Thomas at caiveon.thomas@us.af.mil or Karen Beckford at karen.beckford@us.af.mil.
    C-5 Hump Panel Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the assembly and provision of C-5 Hump Panel Kits, aimed at supporting modifications for the C-5 Super Galaxy aircraft. The contract requires the contractor to manufacture and deliver 52 kits, which include various aerospace components and materials, adhering to strict technical specifications and quality controls. This procurement is crucial for enhancing the operational readiness and safety of the C-5 fleet, ensuring compliance with military standards. Interested small businesses must submit their proposals by September 16, 2024, to the primary contacts Caroline Thrower and Benjamin Morris via their provided emails.
    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.
    BLEED AIR DUCT ASSEMBLY / 11F, C-5 GALAXY AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the Bleed Air Duct Assembly for the C-5 Galaxy aircraft, under a presolicitation notice. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 12 units, and delivery is expected 365 days after the date of order. The item is critical for aircraft operations and requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Gladys Brown at glady.brown@dla.mil or 804-279-1561, and the solicitation will be available on or about September 18, 2024, via the DLA Internet Bid Board System (DIBBS).
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for both the United States Air Force and Foreign Military Sales customers. The selected contractors will be responsible for a range of activities, including hardware and software design, integration, testing, and product support, with a focus on upgrades and acquisitions for the F-15 system. Interested parties must submit their qualifications by 4 PM EST on September 16, 2024, to Valerie Neff at valerie.neff@us.af.mil, and should be aware that this is a pre-solicitation notice for market research purposes, not a request for proposals.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    Official Request For Proposal (RFP) for Consolidated Automated Support System (CASS) Family of Testers (FoT) in Support of the F-35 Depot and the Engine Test Instrument (ETI) modernization program
    Active
    General Services Administration
    The General Services Administration (GSA) is issuing a Request for Proposal (RFP) for the procurement of the Consolidated Automated Support System (CASS) Family of Testers (FoT) to support the F-35 Depot and Engine Test Instrument modernization program. This procurement aims to acquire essential parts from multiple original equipment manufacturers (OEMs) to enhance military aircraft maintenance capabilities, ensuring compliance with federal regulations and standards. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with a total value capped at $51 million, and proposals are due by October 11, 2024. Interested vendors should direct inquiries to Calvin Blue at calvin.blue@gsa.gov or Gary Carson at Gary.Carson@gsa.gov for further details.
    REMANUFACTURE OF THE C-5 DUAL FUEL BOOST PUMP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of the C-5 Dual Fuel Boost Pump, with a focus on engaging small business entities through a total small business set-aside. The procurement aims to ensure the availability and operational readiness of critical aircraft components, emphasizing the importance of quality control and compliance with federal standards throughout the remanufacturing process. Interested contractors must adhere to strict reporting and asset management protocols, including the submission of a Source Approval Request if not previously qualified, with proposals due by September 26, 2024. For further inquiries, potential bidders can contact Amy Gil at amy.gil@us.af.mil.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.