T-1A Trainer Aircraft COMBS
ID: FA810625RB001Type: Solicitation
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 COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the T-1A Trainer Aircraft Contractor Operated and Maintained Base Supply (COMBS) services. The procurement involves a firm-fixed price, sole source, indefinite-delivery-indefinite-quantity (IDIQ) contract, which includes a 12-month base period and two six-month option periods, aimed at supporting a fleet of up to 78 T-1A aircraft during its transition out of service. This contract is critical for maintaining operational capabilities and ensuring a seamless transition while adhering to safety and regulatory compliance standards. Proposals are due by January 24, 2025, at 4:30 p.m. CDT, and interested parties can contact Starla Young at starla.young@us.af.mil or Jacob Graham at jacob.graham.14@us.af.mil for further information.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for contractor-operated and maintained base supply services for the T-1A Trainer Aircraft, managed by the United States Air Force. The contractor is responsible for supporting a fleet of up to 78 T-1A aircraft, providing program management, field service representative services, along with maintenance, logistics, and supply chain management. As the fleet is being retired, the contractor must prepare for transitions, including phase-in and phase-out processes that ensure no disruption in service. The document details various management requirements, including personnel training, safety protocols, quality management, and reporting obligations. Key personnel such as a Program Manager and Field Representatives must meet specific qualifications and experience to ensure effective oversight. Contractors must maintain compliance with safety standards, environmental regulations, and inventory control, particularly concerning government-furnished materials and technical data handling. The objective of this PWS is to support the operational capabilities of the T-1A aircraft fleet while managing the complexities of transitioning out of service and ensuring regulatory compliance throughout the life cycle of the contract.
    The Performance Work Statement (PWS) outlines the services required for Contractor Operated and Maintained Base Supply (COMBS) of the T-1A trainer aircraft for the United States Air Force (USAF). It includes detailed program management requirements, personnel management, safety and environmental compliance, and logistical support for overhauled aircraft operations. The contractor is responsible for providing supply chain management, maintenance, and repairs for up to 78 T-1A aircraft across multiple bases, adjusting to aircraft retirements and operational demands. Key personnel must be trained and certified, with a focus on improving mission capable rates and inventory management. The document sets forth transition protocols for incoming and outgoing contractors, ensuring an orderly handover of operations and compliance with federal regulations on hazardous materials and safety procedures. Emphasizing the need for strong contractor oversight and a commitment to collaboration with Air Force personnel, this PWS is integral to maintaining the operational readiness of the T-1A fleet amid ongoing retirements and logistical challenges.
    The document presents a comprehensive list of part numbers linked to federal requests for proposals (RFPs), grants, and various state and local government opportunities. Each part number signifies specific items or services required by government agencies, which could range from construction materials to specialized equipment or technical services. The extensive inventory showcases the diversity of procurement needs across different sectors, highlighting both routine and specialized items necessary for government operations. These part numbers form the backbone of procurement processes, allowing suppliers to understand government demands and submit bids accordingly. The context of RFPs, federal grants, and local RFPs is central, as it drives competition among businesses while ensuring adherence to public sector standards. The systematic organization indicates a structured approach to sourcing and contracting, which is vital for maintaining transparency and accountability in government spending. This catalog is poised to facilitate efficient vendor engagement and streamline the procurement process, reflecting the government's commitment to fulfilling multifaceted operational requirements effectively.
    The document outlines various Data Item Descriptions (DIDs) related to government contracting, detailing the requirements for specific reports and forms used in managing defense contracts. The primary focus is on the Contract Funds Status Report (CFSR), which is essential for Program Managers to monitor and forecast funding needs for contracts over six months. The CFSR includes sections for contract details, appropriation names, funding information, and forecasts of billing and termination costs. Each reporting requirement emphasizes the importance of compliance with Department of Defense regulations, tailoring information to meet management needs without exceeding specified data requests. Additionally, other DIDs cover aspects such as maintenance status reports, technical reports, small business utilization, and transition plans, all aimed at ensuring accountability and proper resource management in government contract performance. This systematic approach enhances oversight and informs decision-making within the context of federal grants and state/local RFPs.
    The file pertains to the USAF solicitation FA810625RB001, specifically addressing applicable Wage Determinations in accordance with the Fair Labor Standards Act and Service Contract Labor Standards. It lists wage determinations relevant to various locations, including Vance AFB in Oklahoma, NAS Pensacola in Florida, Columbus AFB in Mississippi, and Laughlin AFB in Texas, all with revisions dated December 26, 2023. The document highlights that any updates to these wage determinations or related collective bargaining agreements will be incorporated by the government at a suitable time into the existing solicitation or contract. This information is critical for contractors participating in the solicitation, ensuring compliance with federal wage standards.
    The document outlines federal and state/local procurement processes, emphasizing the importance of Requests for Proposals (RFPs) and grants in securing funding for projects. It highlights the structured approach required for submitting proposals, detailing steps such as identifying project goals, crafting detailed budgets, and adhering to specific criteria set forth by governing agencies. Key ideas include the significance of meeting deadlines, following application guidelines meticulously, and the competitive nature of grant funding. The document serves as a guide for applicants to navigate funding opportunities, ensuring compliance and maximizing the chances of success. By focusing on proper documentation and understanding agency expectations, stakeholders can effectively engage in the procurement process, fostering project growth and community benefits through federal and state funding initiatives.
    The document outlines an Estimated Divestment Tracker detailing the timelines for the divestment of military aircraft from 2022 through 2027. The tracker specifies the number of active and divested aircraft, with a sum of 177 active aircraft in 2022, gradually decreasing to 7 by July 2027. The document also notes milestones for runway closures at the AMARG facility, indicating partial and full runway closures from March 2026 to June 2027. Key figures are provided for various aircraft categories: Legacy, Amp, and CSO, with detailed quarterly breakouts of expected divestments, highlighting significant activity in 2023. The tracker serves as a strategic tool for managing divestment schedules, impacts on operations, and runway availability, essential for planning in the context of federal operations and responsiveness to future needs. This summary reflects the ongoing commitment to fleet management and compliance within federal operations amidst necessary operational transitions.
    This document is an amendment to a federal solicitation regarding the extension of a proposal response due date and updates to specific contractual elements. The deadline for responses has been changed from December 23, 2024, to January 24, 2025. Additionally, the amendment includes revisions to the Performance Work Statement, the addition of a Divestment Tracker and new clauses (FAR 52.243-1 and 52.243-7), while replacing the clause FAR 252-204-7021. The changes aim to clarify contract terms and ensure proper reporting and handling of any government conduct considered a change to the contract. Notably, the new clauses outline procedures for notification of changes, continual contract performance, and potential equitable adjustments to the contract based on government actions impacting performance. This amendment is critical in maintaining compliance and communication throughout the contract's execution. Overall, it underscores the importance of adhering to updated guidelines and timelines within federal contracting processes.
    This government document is a solicitation for a contract to provide Contractor Operated and Maintained Base Supply (COMBS) services for the Air Education and Training Command's T-1A fleet of aircraft. The acquisition focuses on managing operational standards while ensuring compliance with the Department of Defense's requirements for maintenance and audit readiness. The contractor will perform tasks including supply management, repairs, inspections, and overall operational support across designated bases like Vance AFB and Columbus AFB. The document outlines the contract structure, specifying minimum order amounts, invoicing procedures, and the range of contract items and services to be provided over a two-year period. It addresses transitioning responsibilities as the T-1A fleet is phased out, with a projected completion by the end of FY2026. It also emphasizes the necessity for contractor compliance with reporting requirements and the management of Government Furnished Property. Overall, the solicitation aims to facilitate the effective transition during the retirement of the T-1A fleet and ensure continued operational support within regulatory compliance and efficiency standards for the Air Force operations.
    The document outlines an amendment to a federal solicitation, modifying aspects of the solicitation and detail regarding contract changes. It specifies that offers must acknowledge receipt of this amendment before the due date, detailing acceptable methods for acknowledgment. The amendment reflects revisions to the Contract Line Item Number (CLIN) X001AB related to the transition out of services, slated as "transition TBN." The contractor is required to perform all transition tasks in accordance with specified Performance Work Statement (PWS) paragraphs, ensuring these tasks occur without interference. The document serves as a formal notification of changes, maintaining all other terms and conditions previously established in the solicitation. The amendment emphasizes the importance of timely communication and adherence to procedures to avoid rejection of offers or modifications.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    T-6 Formation Demonstration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a T-6 Formation Demonstration at Joint Base McGuire-Dix-Lakehurst, New Jersey, scheduled for May 16-18, 2025. The contractor will be responsible for providing two T-6/SNJ Texan Warbird aircraft for the demonstration, ensuring compliance with FAA regulations, and conducting daily performances, along with making the aircraft available for static display afterward. This event is significant for showcasing military capabilities and fostering community engagement, with a total award amount of $16.5 million available for this contract. Interested parties should reach out to Alexander Gibson at alexander.gibson.4@us.af.mil or Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil for further details and to ensure compliance with security protocols outlined in the accompanying documents.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    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.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Presolicitation: T-38 Wing Tips
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of T-38 Wing Tips, identified by National Stock Numbers (NSNs) 1560015272195XE for the Right Hand Wing Tip and 1560015272194XE for the Left Hand Wing Tip. The procurement involves critical aerospace components that are safety-critical and require compliance with specific marking and identification standards, including the Item Unique Identification (IUID) process as per DFARS 252.211.7003 and MIL-STD-130. These wing tips, made of aluminum alloy and aluminum honeycomb, are essential for the operational integrity of the T-38 aircraft, emphasizing the importance of proper identification and traceability in defense procurement. Interested parties can reach out to Cydnee Simpson at cydnee.simpson@us.af.mil for further details regarding this presolicitation opportunity.
    Remanufacture of B-1 Cylinder Assemblies (Bungees)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The procurement aims to restore these critical components to a like-new condition, ensuring compliance with stringent quality assurance standards and production schedules, with deliveries required every 30 days after receipt of order. This contract is vital for maintaining the operational readiness of the B-1 aircraft, which plays a significant role in national defense. Interested small businesses must submit their proposals by March 27, 2025, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jaqueline.West@us.af.mil.
    T1A Static Display
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design and construction of a mounted static display of the T-1A aircraft at Laughlin Air Force Base in Texas. The project entails developing comprehensive design documents and executing construction activities that align with existing displays, including site preparation, landscaping, lighting installation, and utility connections. This initiative is significant for enhancing the aesthetic and functional presentation of military aircraft, contributing to the base's historical and educational value. Interested contractors can contact SSgt Ian Monis at ianjennesai.monis@us.af.mil or 830-298-4190, or TSgt Christopher L. Robinson at christopher.robinson.52@us.af.mil or 830-298-4879 for further details.
    JTE COMPUTER SYSTEM, DIG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of a specific digital computer system, identified by NSN 7010-01-705-5751. The procurement emphasizes firm fixed pricing for a single unit, adherence to quality assurance measures, and compliance with military specifications for inspection, packaging, and marking. This initiative is part of the Air Force's broader goal to enhance supply chain efficiency and ensure compliance with technical standards. Interested contractors should note that the deadline for submitting offers has been extended to March 14, 2025, and may contact Kody Quayle at kody.quayle@us.af.mil for further information.
    Remanufacture Upgrade of B-52 Stabilizer Trim Actuator
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the remanufacture and upgrade of B-52 stabilizer trim actuators under solicitation FA8118-25-R-0015. Contractors are required to restore the actuators to a like-new condition, which includes complete disassembly, cleaning, inspection, and reassembly, while adhering to stringent quality assurance standards and military specifications. This procurement is critical for maintaining the operational readiness of the B-52 fleet, ensuring that vital military equipment meets high performance and reliability standards. Proposals are due by March 10, 2025, and interested parties can contact Morgan Mcgarity at morgan.mcgarity@us.af.mil for further information.
    AIR COMPRESSOR MAINTENANCE SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide air compressor maintenance services at Altus Air Force Base in Oklahoma. The procurement includes scheduled and unscheduled maintenance for Ingersoll Rand equipment, with responsibilities encompassing quarterly minor and semi-annual major maintenance, inspections, and necessary repairs. This service is crucial for ensuring the operational readiness and safety compliance of military installations, reflecting the government's commitment to maintaining high standards in equipment management. Interested vendors must submit their proposals by March 7, 2025, and can direct inquiries to Scott Swain at scott.swain.2@us.af.mil or Kelsey L. Brightbill at kelsey.brightbill@us.af.mil for further details.