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

Buyer

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

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Nov 27, 2023, 4:43 PM UTC
  2. 2
    Updated Nov 27, 2023, 4:43 PM UTC
  3. 3
    Due Jan 18, 2024, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for C-5 Software Sustainment Services, aimed at providing software maintenance and support for the Lockheed Martin Aero (LMA) contract related to the C-5M aircraft. The contractor will be responsible for delivering software updates, maintenance, engineering support, and ensuring compliance with military and commercial standards throughout the software lifecycle. This opportunity is critical for maintaining the operational integrity of the C-5M aircraft, with proposals due by January 31, 2025, following an extension from the original deadline. Interested parties should contact Lauren Mitchell at lauren.mitchell@us.af.mil or Erica Martin at erica.martin.2@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2024, 7:16 AM UTC
Sep 30, 2024, 12:27 PM UTC
The document appears to provide guidance on accessing information related to federal RFPs (Requests for Proposals), grants, and state/local procurement opportunities. However, it does not contain substantive content about specific RFPs or grants but rather indicates potential technical issues related to viewing the PDF. Participants are likely to face difficulties retrieving necessary information about funding opportunities if their PDF viewer is not updated or compatible. Thus, the primary message of the document underscores the importance of using proper software for efficient access to government documents relevant to procurement and funding endeavors. Adhering to technological requirements will enhance users' ability to engage with vital government resources, thereby facilitating better involvement in public sector opportunities.
Sep 30, 2024, 12:27 PM UTC
This document outlines transportation data for a federal government procurement under PR FD2060-24-30049. It specifies the use of F.O.B. Destination shipping terms and lists relevant transportation provisions and clauses, including those associated with foreign military sales (FMS) and classified material handling. The contractor is instructed to maintain shipping documentation for FMS and to contact the DCMA Transportation Office before shipping to confirm details and assist with export documentation. Additionally, the document addresses shipping characteristics, evaluation of transportation costs, and compliance requirements. The primary focus is to facilitate the effective and secure shipment of goods while ensuring adherence to regulations for military and federal processes. The document reflects a structured approach typical of federal RFP processes, establishing clear expectations for bidders regarding transportation logistics and compliance requirements.
Mar 28, 2024, 7:16 AM UTC
Sep 30, 2024, 12:27 PM UTC
The document outlines the packaging and marking requirements for military items, emphasizing adherence to military specifications such as MIL-STD-2073-1 for preservation and packing and MIL-STD-129 for shipping and storage markings. It details the need for proper documentation in packaging procurement and specifies the classifications of military packing levels (A, B, Minimum) and alternative standards such as ASTM D3951. Environmental compliance related to wooden packaging materials (WPM) is highlighted, addressing concerns about invasive species and mandating that all wood components be treated and certified according to ISPM No. 15 guidelines. The document is designed for use by contracting officers, ensuring that all packaging meets regulatory criteria and facilitates safe and effective distribution of military materials. Overall, it serves as a key reference for maintaining compliance in government contracting related to military logistics, packaging, and environmental standards.
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Sep 30, 2024, 12:27 PM UTC
The document outlines the Product Description (PD) for the C-5 Lockheed Software Maintenance Contract managed by the Air Force Life Cycle Management Center. It details the deliverables and processes for software updates related to the C-5M aircraft, emphasizing the need for compliance with multiple military and commercial standards. Key aspects include the requirements for Emergency Software Update (ESU) Task Orders to address critical deficiencies, the necessity for Formal Qualification Testing (FQT), and comprehensive configuration management practices. The contractor's responsibilities encompass software development, testing, certification, and documentation, ensuring the quality and airworthiness of the modifications. The document also specifies data rights, outlines program management procedures, and details collaboration with governmental entities, ensuring alignment with Air Force standards throughout the software lifecycle. This structure illustrates a commitment to maintaining regulatory compliance and ensuring the operational integrity of the C-5M aircraft.
Sep 30, 2024, 12:27 PM UTC
The document outlines a solicitation from the C-5 Galaxy program at Robins Air Force Base for software maintenance and support services related to the Lockheed Martin Aero (LMA) contract. It specifies that offers for the required services must be submitted by 3:30 PM local time on April 2, 2024. The contract encompasses various components, including software updates, maintenance, engineering support, and proposal preparation, across multiple ordering periods extending from 2024 through 2030. Each task includes detailed descriptions, limitations of liability, and obligations for inspections and acceptance. Central to the solicitation is a notice indicating that funding is currently unavailable and no awards will be made until funds are allocated. The text also emphasizes the government's authority to cancel the solicitation without obligation for reimbursement to bidders if necessary. This communication serves as a clear request for proposals (RFP), adhering to standard government procurement regulations and expectations for submissions, evaluations, and contractual terms.
Mar 28, 2024, 7:16 AM UTC
Sep 30, 2024, 12:27 PM UTC
The document is an amendment to a solicitation for military contracting, specifically identified as FA8525-24-R-0002-0001. Issued by the AFLCMC/WLSKA at Robins Air Force Base, the primary purpose of this amendment is to extend the deadline for proposal submissions from April 2, 2024, to September 30, 2024. It specifies that all other terms and conditions related to the solicitation remain unchanged. The document outlines the necessity for contractors to acknowledge receipt of this amendment, detailing the methods available for such acknowledgment. The formal structure includes specific fields for contractor information, solicitation identification, and dates. This amendment aims to ensure that all interested parties are aware of the new submission timeline, enhancing participation in the contracting process while maintaining regulatory compliance. Overall, the document serves as a logistical adjustment facilitating effective procurement actions within the federal government framework, particularly related to defense contracts.
Sep 30, 2024, 12:27 PM UTC
This document serves as an administrative amendment to the solicitation FA852524R0002, specifically modifying the submission timeline for proposals. The effective date of this amendment is September 27, 2024, and it extends the original deadline for proposal submissions from September 30, 2024, to January 31, 2025. All other terms and conditions of the solicitation remain unchanged and in full effect. The document includes essential details such as the contract ID code, contact information for the federal contracting officer, and the acknowledgment requirements for contractors regarding the amendment. This alteration aims to ensure that all interested parties have additional time to prepare and submit their proposals, reflecting the government's commitment to a thorough and inclusive procurement process.
Mar 28, 2024, 7:16 AM UTC
Sep 30, 2024, 12:27 PM UTC
The document outlines recommended quality assurance provisions and special inspection requirements pertinent to government contracts, particularly focusing on military procurement. It emphasizes the need for a defined point of inspection and acceptance, where inspections are conducted to verify compliance with contract specifications. Various quality standards such as FAR, ISO 9001, and NATO AQAP are cited as relevant frameworks for quality management. The document specifies procedures for ensuring contractor accountability for quality, including the use of certificates of conformance, contractor responsibility for inspection, and different levels of inspection based on contract values and complexities. There’s a particular emphasis on ozone-depleting substances, requiring a statement or waiver, depending on the use of such materials. Additionally, it discusses the importance of pre-award quality surveys for assessing contractor responsibility, especially for new sources. The technical authority is tasked with providing guidance and ensuring all contract quality requirements are clearly communicated. This comprehensive framework is integral for maintaining high standards in defense contracts and ensuring that all items meet essential technical and regulatory criteria before acceptance and use.
Mar 28, 2024, 7:16 AM UTC
Sep 30, 2024, 12:27 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
F-5 Aftermarket Parts
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to procure aftermarket parts for the F-5 E/F aircraft, with a focus on supporting Foreign Military Sales (FMS) initiatives. The procurement involves unclassified spare parts, which must be sourced from existing stock, ensuring that no new parts are manufactured, and all items meet specified condition codes along with rigorous inspection and documentation requirements. This initiative is critical for maintaining the operational readiness and safety of defense operations, emphasizing compliance with military standards and environmental regulations. Interested parties should submit their proposals through the PIEE Solicitation Module by May 6, 2025, at 3:00 PM MDT, and can contact Danielle Stiff at danielle.stiff.1@us.af.mil or 1-801-777-8416 for further information.
C-5 Structural Panels, WSDC:11F, AIRCRAFT, C-5 Galaxy
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide structural panels for the C-5 Galaxy aircraft under a long-term strategic contract. This procurement involves a total of 322 National Stock Numbers (NSNs) related to airframe structural components, with the contract structured as a firm fixed price, Indefinite Delivery, Indefinite Quantity agreement over a 10-year period, including a 5-year base and a 5-year option. The selected contractors will be evaluated based on price, past performance, and other factors, with the solicitation expected to be posted around July 11, 2025. Interested parties must register in the System for Award Management (SAM) and can contact Michele Mauney at michele.mauney@dla.mil or 804-971-2123 for further information.
Overhaul of C-130 Motor
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the overhaul of C-130 motors, specifically under a sole source contract. This procurement aims to ensure the maintenance and operational readiness of critical military equipment, emphasizing the importance of quality assurance and compliance with established standards throughout the overhaul process. Interested contractors must adhere to specific reporting requirements and maintain accurate asset records as outlined in the associated guidelines, including the Commercial Asset Visibility (CAV) system. Proposals are due by April 30, 2025, and interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
C-5 Shift Clutch Assembly Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the C-5 Shift Clutch Assembly, a critical component in aircraft landing gear systems. This market research aims to determine the availability of responsible sources and assess whether the procurement can be competitive or set aside for small businesses, including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned entities. The C-5 Shift Clutch Assembly, identified by National Stock Number 1620-01-036-4315 and Part Number 42292E8, is essential for maintaining operational readiness of military aircraft. Interested parties are encouraged to respond by May 23, 2025, and should direct inquiries to Nichole Fuit at nichole.fuit.1@us.af.mil or by phone at 801-777-7271.
FLAP ATTACHMENT LINK / 11F, C-5 GALAXY AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Flap Attachment Link for the C-5 Galaxy aircraft, specifically under the NSN 1560-00-412-2954. This opportunity is a Total Small Business Set-Aside, requiring manufacturers to produce parts in accordance with specific military drawings and standards, with an estimated annual quantity of 12 units over a five-year indefinite quantity contract. The procurement includes first article testing, with delivery timelines set at 280 days after order and 180 days for government testing and evaluation. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113 for further details, and the solicitation will be available on or about May 9, 2025, via the DLA Internet Bid Board System (DIBBS).
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to provide Contractor Logistics Support (CLS) services for the C-40A aircraft, which includes support for seventeen United States Navy (USN) aircraft and two United States Marine Corps (USMC) aircraft. The procurement aims to ensure the operational readiness and maintenance of these aircraft, which are critical for tactical airlift missions. Interested parties are encouraged to submit their proposals by 4:00 PM EST on May 12, 2025, following an extension from the original deadline, and may direct inquiries to primary contact Karin Jensvold at karin.jensvold@navy.mil or secondary contact Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil. The solicitation process includes a deadline for industry questions by 12:00 PM EST on March 31, 2025, and the government will provide responses to these inquiries in a timely manner.
MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC
Buyer not available
The Department of Defense is seeking small business contractors for the implementation and sustainment of the Maintenance and Business System Modernization (MABSM) at Hill Air Force Base, Warner Robins Air Force Base, and Tinker Air Force Base. The primary objective is to enhance the MABSM system, which supports Maintenance Repair Overhaul (MRO) operations, by providing a comprehensive range of services including project management, technical analysis, user training, and quality assurance. This initiative is crucial for maintaining system availability and compliance with Information Assurance standards, thereby ensuring efficient depot operations. Interested parties must submit their responses, including company information and capabilities, by May 2, 2025, to Hannah Rearick at hannah.rearick@us.af.mil or Jason Neering at jason.neering@us.af.mil.
1560-00-499-0869 - FLOOR,AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of an aircraft floor component, specifically for the Galaxy C-5 aircraft, under solicitation number SPE4A725R0469. This procurement involves a firm fixed-price contract for a quantity of one unit, with a delivery timeline of 274 days from the order date. The solicitation is categorized as a small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around April 9, 2025, and should direct inquiries to Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838.
Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
Buyer not available
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.
MAINFRAME
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the repair and maintenance of a critical application item known as the MAINFRAME. The procurement requires contractors to provide comprehensive repair, testing, and inspection services in accordance with specified military standards and guidelines, ensuring that all items are restored to a Ready for Issue (RFI) condition. This opportunity is vital for maintaining operational readiness and reliability of aircraft components, emphasizing the importance of quality control and adherence to established repair procedures. Interested contractors can reach out to Casey Stock at 215-737-0543 or via email at CASEY.STOCK@DLA.MIL for further details, with proposals due by the specified deadline.