Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
ID: FA8134-24-R-B001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8106 AFLCMC WLKTINKER AFB, OK, 73145-3303, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Defense, specifically 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 objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies, both domestically and internationally. These aircraft play a critical role in providing rapid transportation for personnel and cargo, thus maintaining operational readiness for U.S. military missions. Interested contractors are invited to participate in a pre-solicitation conference on November 1, 2024, with questions due by October 28, 2024. For further inquiries, potential bidders can contact Hiwot Tamirat at hiwot.tamirat@us.af.mil or Jennifer Petrusawich at jennifer.petrusawich@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for the USAF C-12 system. It specifies data item numbers, titles, authorities, contract references, and details about reporting frequencies and requirements. Key data items include daily and monthly status reports, aircraft configuration accounting, mishap reporting, technical data services, and management plans related to aircraft maintenance and operations. The contractor is expected to adhere to submission timelines, use specified formats, and deliver comprehensive reports on various operational aspects, including aircraft conditions, maintenance forecasts, and inventory checks. The emphasis is on ensuring accurate documentation to monitor aircraft performance and safety effectively. This CDRL serves to streamline government oversight of contractor operations related to the USAF C-12, ensuring compliance with established protocols and improving data accountability in military aviation operations.
    The Performance Work Statement (PWS) outlines Contractor Logistics Support (CLS) for C-12 aircraft, detailing services required for maintenance, operational support, and compliance with FAA standards. The contract encompasses site operations, maintenance of aircraft and components, management of Contractor Owned and Maintained Parts (COMP), and regulatory adherence. Key objectives include achieving a monthly Mission Capable (MC) rate of at least 80%, daily reporting of aircraft status, and adherence to safety and quality standards. The contractor is responsible for scheduling maintenance, ensuring FAA-type certification, and addressing any non-grounding discrepancies promptly. Additionally, the document stipulates requirements for contractor personnel, security measures, and the necessity for compliance with various federal regulations during OCONUS operations. A comprehensive quality management program must be implemented, alongside a focus on training contractors on safety protocols and technical competencies. Overall, the PWS stresses efficient coordination, quality assurance, and readiness in providing ongoing support for C-12 aircraft, emphasizing the importance of timely maintenance and compliance to ensure operational efficiency and safety.
    The Air Force Life Cycle Management Center’s Executive Aircraft Division has issued a Request for Information (RFI) to conduct a market survey for Contractor Logistics Support (CLS) services for the USAF C-12 aircraft fleet. This RFI aims to identify potential sources qualified under NAICS Code 488190 to meet the aircraft's logistics requirements, with no commitment from the government for contract awards. Key provisions include a Contractor Capability Survey for companies to demonstrate their qualifications, especially regarding logistical capabilities in challenging international locations. The C-12 aircraft, primarily used by various U.S. defense agencies, require comprehensive maintenance and supply services at multiple global sites. The CLS support encompasses base supply operations, line maintenance, depot-level maintenance, and the management of contractor-furnished property. The RFI also requests information on participants’ experiences in customs processing, handling parts for international operations, and supporting personnel in high-risk areas. Responses are encouraged from both large and small businesses, including joint ventures. Interested parties must provide their capabilities in written format and submit them by the specified deadline, while ensuring compliance with government regulations for document access.
    The Air Force Life Cycle Management Center issued a Request for Information (RFI) to survey market capabilities for Contractor Logistics Support (CLS) services for the C-12 aircraft fleet. This RFI, aimed solely at gathering information, is not a solicitation for proposals and does not guarantee future contracts. The C-12 is a military variant of the Beechcraft King Air series, utilized for personnel and cargo transport. CLS support will encompass a range of services, including maintenance, supply logistics, and modifications, requiring contractors to demonstrate their ability to provide such services, both CONUS and OCONUS. Government reimbursement will not be provided for participation in this market survey, and responses are limited to 50 pages. Interested parties are encouraged to submit information on their capabilities, past experiences, certifications, and approaches to manage government-furnished property and other requirements. Questions addressed in the RFI cover business information, general capabilities, program management, maintenance services, depot level maintenance, supply support, and program specifics, with an emphasis on small business participation and the ability to form joint ventures. The government aims for a Firm-Fixed-Price contract across a potential ten-year term. Overall, the RFI seeks to engage industry input on the capabilities available to ensure effective CLS for the C-12 aircraft.
    The document outlines a Request for Proposals (RFP) for Contractor Logistics Support (CLS) Services aimed at the U.S. Air Force (USAF) C-12 Aircraft Fleet. It specifies that the interested contractor must be categorized as a small business, with potential classifications including 8(a), HUBZone, service-disabled veteran-owned, woman-owned, minority-owned, and small disadvantaged veteran-owned. The RFP includes a section for contractor inquiries and emphasizes that the contractor's proposal should focus solely on the logistics support requirements. The strategic aim is to enhance operational capabilities for the USAF through adequate logistical support. The information provided is part of frameworks formulated to contract businesses that meet specific criteria, thereby promoting diversity and supporting small businesses in federal contracting. Overall, this RFP demonstrates the government's commitment to engaging a range of qualified contractors to fulfill its logistical needs effectively.
    The C-12 Contractor Logistics Support (CLS) Services Industry Day, hosted by the Air Force Life Cycle Management Center, will take place on June 26-27, 2024, at Tinker Air Force Base, Oklahoma. This event aims to inform industry participants about the C-12 program and the associated CLS requirements, allowing for attendee engagement through government presentations and one-on-one discussions. Registration is required, with each company permitted to send up to three representatives. All participants must submit a registration form by June 24, 2024, and attendance poses no security clearance requirements. The event will feature multiple sessions, including a government introduction, breaks for lunch, and opportunities for direct engagement with government representatives. Responses and questions must be unclassified, with a clearly defined process for submitting inquiries and requesting individual meetings. The gathered information will be utilized for development purposes, with feedback potentially influencing future acquisitions. Attendance is voluntary, and the government will not cover any costs related to participation. Participants are encouraged to register promptly to facilitate event planning.
    The C-12 Contractor Logistics Support (CLS) Services Industry Day is scheduled for 26-27 June 2024 at Tinker Air Force Base, Oklahoma. This event, organized by the Air Force Life Cycle Management Center's Executive Aircraft Division, aims to inform industry representatives about the C-12 program's logistics requirements, gather industry capabilities, and answer queries related to the CLS. An Industry Day presentation will be available on the SAM.gov website prior to the event. Attendance is limited to three representatives per company, and registration is required by 24 June 2024. The schedule includes government introductions, one-on-one meetings, and opportunities for feedback. Companies should indicate if they qualify as small businesses or other designated groups and whether they intend to be prime contractors or subcontractors. Questions submitted by email will be addressed, though not all questions will receive answers during the event. Attendance is voluntary, and the government will not reimburse any incurred costs. This Industry Day provides a platform for industry engagement and aims to develop a successful acquisition strategy.
    The document details the participants of a government meeting or discussion regarding potential collaborations through federal RFPs and associated opportunities. It lists 17 contractors along with the names of their representatives in attendance. Key contractors include Adams Communications & Engineering Technology, Inc. (ACET), Alutiiq, LLC, AMENTUM, and Vertex Aerospace, LLC, among others. The attendees comprise individuals with roles significant to federal contracting and logistics, showcasing diverse expertise. The inclusion of various companies suggests a broad interest in government contracts within fields such as communications, aerospace, and logistics. The list signifies a network of stakeholders involved in facilitating government services and projects, potentially indicating an initiative aimed at enhancing collaboration between the federal government and private sector contractors. This meeting appears to be a step towards fulfilling federal contract requirements and addressing procurement processes, ultimately facilitating the effective delivery of government services.
    The document addresses the Contractor Logistics Support (CLS) Services for C-12 aircraft, detailing industry day questions and responses. It emphasizes the necessity for offerors to maintain at least one FAA-certified facility for aircraft inspections and repairs, with requirements for both CONUS and OCONUS operations. Contractors are obligated to provide spare parts, manage maintenance operations, and fulfill various logistical demands to ensure a minimum aircraft mission capable rate of 80%. Key considerations include hiring practices for local nationals, furnishing housing in OCONUS locations, and managing customs processes for the transportation of parts. The contractor must also maintain technical support through certified technicians, while the Government retains ownership of the technical data and bears no obligation to purchase existing inventory from incumbents. Security clearances must be obtained prior to award, and contractors are responsible for office equipment and supplies unless otherwise provided. Overall, this document outlines vital operational standards, responsibilities, and requirements for prospective contractors involved in C-12 logistics support, reflecting the complexities of military contracting and maintenance operations.
    The Executive Aircraft Division hosted an Industry Day on June 26, 2024, to present logistics support requirements for the C-12 Contractor Logistics Support (CLS) program. The event, led by Jonathan Hamblin and Hiwot Tamirat, aimed to inform potential industry partners about the program's scope, which includes maintenance, modifications, and engineering support for a fleet of 30 C-12 aircraft used in various missions, including diplomatic and special duties. Key topics covered in the briefing included an overview of the C-12 platform, program management requirements, performance metrics, and quality assurance protocols. Participants were informed about the solicitation process, which is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with full and open competition anticipated. Milestones were outlined, indicating critical dates from the draft RFP release to contract award and full performance start. Additionally, the summary emphasized requirements for contractor responsibilities, including the provision of parts and repair services, adherence to quality standards, and maintaining compliance with security protocols. The session aimed to engage industry members for potential partnerships while clarifying that the event was informational and did not lead to immediate contract awards. Overall, the Industry Day set the stage for upcoming RFPs related to the C-12 CLS initiative, highlighting collaboration between government and industry stakeholders.
    The document outlines the C-12 Contractor Logistics Support Services, specifically contract FA8134-24-R-B001. It details the responsibilities of the contractor, who must provide all personnel, materials, and services as specified in the Performance Work Statement (PWS). The contract is organized into various Contract Line Item Numbers (CLINs), including Base Operations Support, Flying Hour Support, Propeller Overhaul, and Engine Overhaul, among others. Each CLIN defines specific tasks, pricing structures, and responsibilities associated with maintaining C-12 aircraft at multiple military sites globally. Notably, contractors are required to adhere to US Customs regulations for shipping and provide ongoing logistical and technical support, including parts replenishment and aircraft inspections. The contract also stipulates payment structures, including Fixed-Price and Cost-Reimbursable arrangements, ensuring that contractor submissions are pre-approved before execution. The comprehensive nature of the document indicates the government's emphasis on maintaining high operational readiness for the C-12 fleet while outlining detailed procedures for cost management and compliance with applicable regulations. Overall, this contract serves to guide contractor performance in a structured and accountable manner consistent with federal procurement practices.
    The document outlines the Contractor Logistics Support for the USAF C-12 under contract FA8134-24-R-B001, specifically addressing wage determinations and collective bargaining agreements (CBAs) affecting contractor operations. Notably, all CONUS sites are governed by existing CBAs, eliminating the need for separate wage determinations. Contractors succeeding on projects exceeding $2,500 must adhere to the wages and benefits stipulated in the existing CBAs for similar services in the same locality. The document lists active CBAs for various Air Force Bases, including the effective periods for each. It also stipulates that any updates to wage determinations or CBAs will be incorporated by the Government at an appropriate time. This serves as a regulatory framework to ensure fair labor practices and wage compliance for contractors involved in military operations, reinforcing the importance of existing agreements in maintaining workforce standards.
    The Performance Incentive Document (PID) outlines the evaluation criteria and procedures for the C-12 Contractor Logistics Support (CLS) Services contract, specifying how the contractor's performance will be assessed and how incentives will be awarded. The Procuring Contracting Officer (PCO) is responsible for monitoring contractor performance, maintaining records, and determining incentive eligibility based on evaluation reports from Program Managers. Incentives are available during specific evaluation periods defined in Annex 1, with maximum amounts based on successful transitions and quality assurance standards. The initial phases offer incentives of $200,000 or $100,000 for timely transitions, while a later period allows for a $500,000 incentive if zero quality issues arise during the first year of full performance. The document also outlines change procedures for the PID and conditions for contract termination, addressing implications for incentive payments. Termination for the government’s convenience preserves any earned incentives up to that point, while termination for default forfeits incentives during the default period but does not affect previous evaluations. Overall, the PID emphasizes structured performance assessment, incentive-based motivation for contractors, and clear communication regarding changes and terminations, integral to the fulfillment of government contracts and accountability in contractor performance.
    The provision titled "Identification and Assertion of Use, Release, or Disclosure Restrictions" outlines requirements for offering parties submitting proposals under specific federal contracts. It mainly focuses on technical data and computer software documentation that may be subject to restrictions upon delivery. Offerors must identify any technical data or software they assert should be furnished with restrictions and submit this information as an attachment to their proposals. Key components include the necessity for offerors to clarify whether their development was achieved partially or exclusively at private expense, the type of asserted rights, and the identity of the individuals making these assertions. It emphasizes that failure to comply with these requirements may render offers ineligible for contract awards. Furthermore, any claims must be attached to the resulting contract, and sufficient information must be provided upon request for evaluation. Overall, the provision is designed to protect proprietary technical data and software in government contracts while ensuring clarity regarding the rights associated with their use, release, or disclosure.
    The document outlines the packaging and transport requirements for the C-12 Contractor Logistics Support Services contract (FA8134-24-R-B001). It specifies that clauses are incorporated by reference from the Federal Acquisition Regulation (FAR) and related documents, which can be accessed online. The contractor is responsible for preserving and packing all materials supplied under the contract to prevent damage, adhering to industry standards for commercial packaging. Special care must be taken for engines and propellers, following manufacturer guidelines. The contractor is also responsible for maintaining government property, including those in storage, with associated expenses not chargeable to the contract unless deemed convenient for the government. Designated personnel have access to inspect stored property. The document concludes with a placeholder for a “SHIP TO” code for all Contract Line Item Numbers (CLINs). This section underscores the vital role of proper logistics management in governmental contracts, ensuring compliance with regulations and the safeguarding of government assets during transport and storage.
    The document FA8134-24-R-B001 outlines the Contractor Logistics Support Services' inspection and acceptance process for aircraft maintenance, highlighting the government's rights to conduct in-process reviews. These reviews aim to verify that contractors adhere to technical requirements throughout various maintenance stages, including initial evaluations, conditional maintenance, and functional flight checks. Any issues identified during these reviews will be reported to the Contracting Officer and the Program Manager, with corrective actions directed to the contractor. The document also references multiple quality assurance clauses, including the need for compliance with ISO 9001:2015 standards, which must be enforced down the supply chain for critical items. This emphasis on quality ensures that contractors maintain high standards in their processes and deliverables. Overall, the file serves to establish a framework for quality assurance in government contractor services related to aircraft maintenance, underlining the government's commitment to rigorous inspection and compliance standards.
    The document outlines the contract FA8134-24-R-B001 for Contractor Logistics Support Services for the C-12 aircraft, focusing on delivery schedules and performance expectations. The performance period is structured into a one-year phase-in period followed by multiple option years extending through 2035. Each phase details the delivery locations and specific logistics for various maintenance tasks, including Aircraft Condition Inspections (ACI) and propeller overhauls, with defined operational timelines for completion and acceptance by the Government. Critical aspects of the contract include the requirement for the contractor to report operational status 60 days prior to contract expiration, utilize Defense Transportation System for shipping, and comply with Military Standard Transportation and Movement Procedures. The document emphasizes a structured timeline for inspections and maintenance, detailing the expectations for timely delivery of replacement engines and responsiveness to emergency spill events per environmental regulations. Overall, this contract is designed to ensure comprehensive logistical and maintenance support for the C-12 fleet, maintaining operational readiness throughout its lifecycle.
    The Performance Work Statement (PWS) outlines the requirements for Contractor Logistics Support (CLS) for the C-12 aircraft. This support encompasses maintenance, operations, supply, and technical assistance to ensure the aircraft's operational readiness and FAA compliance. The C-12 aircraft serves various U.S. agencies, providing rapid transportation for personnel and cargo both domestically and internationally. The PWS specifies contractors' responsibilities regarding aircraft maintenance, personnel qualifications, material supply, and compliance with safety regulations. It calls for a minimum 90% mission capability rate, regular reporting on aircraft status, and proper handling of hazardous materials. The contractor must also ensure that all personnel are adequately trained, hold necessary certifications, and comply with security and logistical protocols for OCONUS operations. The PWS emphasizes quality management through adherence to ISO standards and necessitates continuous communication with the government for reporting and compliance. Overall, this document serves as a comprehensive framework to guarantee high standards of operational support for the C-12 fleet, reflecting the government's commitment to maintaining mission capabilities and regulatory adherence.
    The document presents a detailed inventory list of various parts and materials with associated data for federal and international locations. It includes item descriptions, serial numbers, quantities, unit costs, and extended costs, following a structured format. Key entries range from technical components like "NAV TEST SET VOR/ILS" to maintenance equipment such as hydraulic jacks and aircraft tailstands. Most items are categorized as either "in stock" or have specific statuses such as "repaired" or "new." The inventory is spread across multiple locations, including military bases within the U.S. and international sites in countries such as Hungary, Turkey, and Egypt. The purpose of this inventory seems to serve government contracting needs, particularly regarding the procurement and maintenance of essential equipment for various operations. By providing comprehensive item descriptions and costs, this document supports the federal government's operational readiness and compliance with regulations concerning inventory management. Each item listed represents the necessary components for maintenance, repair, and support within defense and related services, indicating a well-organized approach for meeting operational demands through appropriate resources.
    The document outlines the Contract Data Requirements List (CDRL) for various data items related to the USAF C-12 aircraft maintenance and oversight. It specifies the requirements for contractors to submit various reports, including daily aircraft status, monthly aircraft condition, configuration accounting information, and incident reporting. The CDRL details submission frequencies, authorities, outlines the necessary data content, and the required format accepted from the contractor. Additionally, it emphasizes the timely distribution of reports and compliance with specified guidelines for technical data services, inventory management, and parts usage tracking. Each data item is associated with a particular contract section, ensuring adherence to government performance work standards. Overall, the document serves as a structured framework to facilitate effective communication and data management critical to maintaining the operational status of the USAF C-12 aircraft.
    This document outlines the evaluation factors for contract award in a government acquisition process, employing Tradeoff Source Selection procedures to determine the best value for award decisions. The evaluation encompasses three primary factors: Technical, Past Performance, and Price, with particular emphasis on Technical acceptability as a prerequisite. Technical proposals will be assessed on their compliance with specific subfactors such as Program Management, Maintenance, Supply Support, and Transition Planning. Past Performance will be evaluated to assess confidence in an offeror's ability and is crucial for making award decisions, focusing on recent and relevant performance. Price proposals are analyzed for reasonableness, realism, and balance. Key points also include the potential for discussions, the determination of a competitive range, and the criteria for evaluating subcontract management and facility clearance requirements. Notably, the document stipulates a minimum quantitative requirement for small business participation. Overall, it emphasizes that while cost factors are assessed, they are secondary to technical performance and past success, ensuring the government selects a contractor capable of meeting its needs effectively and efficiently.
    The government seeks to award a single contract for Contractor Logistics Support (CLS) for a fleet of C-12 aircraft engaged in diplomatic, medical, and special operations globally. The contract encompasses comprehensive support actions including maintenance, inspections, procurement of parts, repair services, and engineering modifications. The solicitation outlines a structured proposal process requiring four distinct volumes: Technical, Past Performance, Price, and Contract Documentation, with clear guidelines on submission format, page limits, and evaluation criteria. The government emphasizes a "best value" approach, focusing on past performance and price among technically acceptable proposals. Respondents must ensure clarity and coherence in their proposals and may be excluded for non-compliance. The document elaborates on submission protocols, including the use of DoD SAFE for electronic proposals, and outlines requirements for pricing justification and completeness. This effort reflects the government's commitment to operational efficiency while ensuring the reliability and maintenance of the critical C-12 air support fleet.
    The document outlines the small business subcontracting requirements and procedures for federal contracts, emphasizing a government goal of at least 28% of contract dollars to be subcontracted to small businesses, specifically applicable to large prime contractors. It details reporting obligations, including the Small Business Participation Report, Individual Subcontract Report, and Summary Subcontract Report, all submitted through the Electronic Subcontracting Reporting System. Contractors not meeting subcontracting goals must develop a "get well plan" detailing corrective actions within 30 days. The contract also includes parameters for over and above work, assigning clear procedures for pricing and authorizations while ensuring proper documentation for travel costs. Additional provisions address base support from the government, indemnification of assets, and authorization protocols for contractor representatives on flights. Overall, the intent is to promote small business involvement within government contracts while ensuring compliance and accountability in execution, as well as efficient management of resources and support provided under the contract framework.
    The document outlines a solicitation for a contract regarding the support of C-12 aircraft operated by the U.S. government, specifically addressing logistics, maintenance, and operational support. The procurement is designated for Women-Owned Small Businesses (WOSBs) and includes provisions for both domestic and international operations. Key components of this contract include base operations support across various global locations, flying hour support billed monthly, and the overhaul of engines and propellers. The structure encompasses requisition details, contact information, and a comprehensive list of supplies and services, including specific pricing arrangements, with most being fixed-price engagements. A highlight is the nature of the Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, emphasizing flexibility and provisions for additional work as needed while ensuring compliance with various regulatory frameworks. This solicitation serves as an essential mechanism for the government to procure the necessary services to sustain its C-12 aircraft fleet, thereby facilitating ongoing missions related to diplomatic and special duties. The invitation for bids aligns with broader federal procurement objectives to promote small business participation in government contracting, particularly among economically disadvantaged groups.
    The U.S. Air Force is soliciting proposals for Contractor Logistic Support (CLS) services for its C-12 aircraft fleet, as outlined in solicitation number FA8134-24-R-B001. The contract's primary objective is to maintain and support 30 C-12 aircraft, including maintenance, inspections, repairs, and supply management, at various U.S. and overseas bases. The contract duration may extend up to ten years, dependent on fund availability, with an initial performance period of one year. This competitive contract requires participants to submit an approved DD2345 to access technical data and involves firm-fixed-price and cost-reimbursable components. A virtual pre-solicitation conference will occur on November 1, 2024, allowing interested parties to engage and seek clarifications regarding the proposal. Questions must be submitted by October 28, 2024. Hiwot Tamirat is the primary contracting officer overseeing the procurement process, ensuring all contractor concerns are addressed through an appointed Ombudsman without influencing proposal evaluations. This action emphasizes the government's commitment to sustaining military aircraft readiness and operational capabilities through strategic outsourcing and support contracts.
    The document outlines a Request for Information (FA8134-24-R-B0001) regarding Contractor Logistics Support (CLS) services for the C-12 Aircraft Fleet, intended for solicitation in late 2024. Key details include the requirement for contractors to have at least one FAA-certified maintenance facility in the U.S. and to lease hangar space for operations at specific foreign locations. The document confirms that this is a follow-on contract to an existing service provided by Vertex Aerospace, LLC, and addresses several contractor inquiries concerning the nature of the contract, aircraft painting tasks, procedures for additional work, and certification requirements for personnel involved in mishap investigations. Additionally, it provides logistical details for an Industry Day event, including location, participation options, and scheduling of one-on-one discussions. Overall, the document aims to clarify requirements and facilitate interested contractors' understanding of the scope of work and upcoming opportunities within the procurement process.
    The document outlines a Request for Information (RFI) FA8134-24-R-B0001 regarding CLS services for the C-12 aircraft fleet, dated June 13, 2024. The government specifies that contractors must maintain an FAA certified facility in the contiguous U.S. for aircraft inspections and repairs while stating that they will provide hangar space at military sites. The effort is a follow-on to the existing contract with Vertex Aerospace, LLC, with a new RFP expected to be released in late 2024. Contractors had inquired about the nature of the aircraft, scope of painting requirements, additional task definitions, and contractor responsibilities in crash investigations. The government clarified that all 30 aircraft are Air Force assets, and full repainting may be required based on directives. Additional work will be authorized through proposals, and contractors are responsible for compliance with Air Force instruction during mishaps. Changes in operational locations and quantities may necessitate contract negotiations. This structure reaffirms the government's commitment to transparency and support for contractors in preparing their proposals for the upcoming RFP.
    The Draft Request for Proposal (RFP) outlines the U.S. Air Force's need for Contractor Logistic Support (CLS) services for the C-12 aircraft fleet, under the proposed solicitation number FA8134-24-R-B001. The services are essential for maintaining and operating the militarized Beechcraft King Air aircraft utilized by various defense agencies globally. The document informs potential contractors that it is not a solicitation for proposals but seeks industry feedback on the draft before the official release. Full CLS services will encompass all maintenance activities, supply of parts, inspections, and logistical support across multiple domestic and international locations. Notably, the contract will be executed over a maximum period of 10 years, with an initial phase of 12 months. Interested vendors are invited to a pre-solicitation conference scheduled for 01 November 2024. Overall, the document emphasizes the necessity of establishing agreements with Original Equipment Manufacturers for technical support and highlights that contractors are accountable for maintaining FAA standards throughout the contract's duration. The information provided is intended to refine and enhance the upcoming solicitation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought Synopsis for TYQ 23A V1/2 Contractor Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the AN/TYQ-23A(V)1/2 Tactical Air Operations Module. The objective of this procurement is to identify potential contractors capable of providing comprehensive logistics support, including maintenance, emergency repairs, and technical expertise, to ensure the operational readiness of the system, which plays a critical role in air operations and command and control capabilities. The contract is anticipated to commence in January 2026 and will span five years, with a focus on maintaining cybersecurity standards and compliance with Department of Defense regulations. Interested parties are encouraged to respond to this Sources Sought notice by submitting their qualifications and relevant experience to the primary contact, Wendy Farley, at wendy.farley@us.af.mil, by the deadline of 30 days after posting.
    Cargo Aircraft Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking potential sources to provide cargo aircraft services for the Joint Aerial Delivery Demonstration & Exhibition scheduled for November 2025 in Yuma, Arizona. The procurement requires vendors to have access to specific aircraft types, including C-130, C-141, C-17, and others capable of conducting airdrops of cargo and possibly personnel. This opportunity is crucial for demonstrating aerial delivery capabilities and enhancing operational readiness, with responses due by December 2, 2024, at 5 PM. Interested parties should submit their qualifications and capabilities via email to Allison Griffin and Brian Bagdonovich, and are encouraged to include supporting documentation and any relevant certifications.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Contractor Logistic Support (CLS) for the LITENING Advanced Targeting Pod System. The primary objective of this ten-year contract is to ensure high fleet availability and operational readiness through comprehensive logistics, engineering, and training support, including maintenance, hardware and software modifications, and technical documentation. This contract is crucial for maintaining the effectiveness of the LITENING system, which plays a vital role in advanced targeting capabilities for military operations. Interested parties should direct inquiries to Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil, with the understanding that the government intends to negotiate a sole source contract with Northrop Grumman Systems Corporation, and responses to the Request for Proposal will be evaluated accordingly.
    C-40A Engine CFM56-7B24 Repairs and Overhauls
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the overhaul and repair services of forty-three (43) CFM56-7B24 engines in support of the C-40A Aircraft. This procurement will be executed via a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, following a formal Request for Proposal (RFP) process that includes prior notices and drafts. The engines are critical components for the C-40A Aircraft, which plays a vital role in military logistics and transport operations. Interested parties must submit their proposals by 4:30 PM EST on December 20, 2024, and may direct questions to Lindsay Hurley at lindsay.hurley@navy.mil by October 25, 2024, to ensure timely responses from the Government.
    Tunner Aircraft Cargo Loader (ACL) Bridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Fixed Price Incentive Firm Target (FPIF)/Firm Fixed Price (FFP) contract to support the overhaul and maintenance of the 60K Tunner Aircraft Cargo Loader. This self-propelled cargo transporter, crucial for transferring loads to and from warehouses and cargo aircraft, requires comprehensive services including unscheduled depot-level maintenance and overhaul, with the government planning to award a sole source bridge contract to Leonardo DRS. The anticipated solicitation will be available around May 20, 2024, with proposals due by November 8, 2024; interested parties can contact Deborah Simmons or Christopher Greene for further inquiries. The contract is valued at approximately $24.6 million, emphasizing the importance of maintaining operational readiness for military logistics.
    B-2 Cylinder Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    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.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which encompasses both scheduled and unscheduled maintenance services for its fleet. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a performance period spanning one base year and four optional one-year extensions, emphasizing the importance of maintaining operational readiness and compliance with FAA regulations. Interested contractors must submit their proposals electronically by 3:00 PM CT on October 16, 2024, with a total estimated contract value of approximately $49.8 million over five years. For further inquiries, potential bidders should contact Stephanie Riddle at stephanie.r.riddle@faa.gov.
    DRAFT: Avionics Sustainment and Support Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the T-38 Avionics Sustainment and Support Program (ASSP), which aims to provide comprehensive logistics and engineering support for approximately 442 T-38C aircraft over a potential ten-year period. The procurement will be structured as a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract, focusing on maintaining aircraft operational readiness through contractor responsibilities that include systems engineering, software updates, and training provisions. This program is critical for ensuring the effectiveness of the T-38C aircraft in various training roles, with an estimated maximum contract value of $900 million. Interested contractors are encouraged to submit their proposals in accordance with the outlined requirements, and should direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or Mark Parker at mark.parker.12@us.af.mil, with the official solicitation expected to be posted under a new solicitation ID in the near future.
    1560-01-535-4877 - PARTS KIT,CONTROL S
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Parts Kit, Control S, specifically for the Aircraft Stratolifter C/KC-135. This procurement involves a firm fixed-price contract for a quantity of 16 units, with delivery expected within 992 days, and is designated as a small business set-aside. The parts are critical for maintaining operational readiness of military aircraft, underscoring their importance in defense logistics. Interested vendors should note that the solicitation will be issued around October 18, 2023, and can be accessed via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Calvin Peterson at calvin.peterson@dla.mil or call 804-659-8838.