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
  1. 1
    Posted Nov 21, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 10:30 PM UTC
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
Jan 17, 2025, 6:06 PM UTC
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.
Nov 22, 2024, 12:54 AM UTC
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.
Jan 17, 2025, 6:06 PM UTC
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.
Jan 17, 2025, 6:06 PM UTC
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.
Jan 17, 2025, 6:06 PM UTC
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.
Jan 17, 2025, 6:06 PM UTC
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.
Jan 17, 2025, 6:06 PM UTC
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.
Nov 22, 2024, 12:54 AM UTC
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.
Jan 17, 2025, 6:06 PM UTC
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
Solicitation FA8212-25-R-0004: T-38 Wing Tips
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure T-38 aircraft wingtips, critical components for the T-38 aircraft. The contract will be awarded to Northrop Grumman Corporation, the only qualified manufacturer with the necessary technical data, under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, due to the unique nature of the items classified as Critical Safety Items. The estimated contract value is $749,999.99, with a proposal submission deadline extended to July 9, 2025, at 3 P.M. MST. Interested parties may contact Leslie Evans at leslie.evans.1@us.af.mil or by phone at 801-586-3964 for further details.
T56 Series 3.0/-15 and 3.5/-15A Joint Follow on Contract
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking contractors for the T56 Series 3.0/-15 and 3.5/-15A Joint Follow-On Contract, which involves providing technical, logistics management, and overhaul and repair services for the T56 engine and its components. The procurement aims to ensure depot-level maintenance, overhaul, and repair of T56 whole engines and power sections, as well as support for Foreign Military Sales and fleet-specific modifications. This contract is critical for maintaining operational readiness and reliability of military aircraft engines, emphasizing the importance of compliance with established technical standards and documentation. Interested parties should contact Treva Billinger at treva.billinger@us.af.mil or call 405-734-4637 for further details, with proposals due by May 30, 2025.
FY23 T-6 Aircraft Conditional Inspection & Strip and Repaint
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking qualified contractors to provide Conditional Inspection and Strip and Repaint services for T-6A and B aircraft. The procurement aims to support the Chief of Naval Air Training by ensuring the aircraft undergo necessary inspections and maintenance to maintain airworthiness, particularly focusing on corrosion treatment and repair, which are critical for operational integrity. The contract is anticipated to be awarded in the second quarter of FY 2024, with a base performance period of six months and options for two additional years. Interested parties should respond to the Sources Sought notice by April 22, 2025, and can contact Casey Bacon or Lauren Martz for further information.
Base Operations Support Services – Air Education Training Command Enterprise Solution DRAFT RFP
Buyer not available
The Department of Defense, through the Air Education and Training Command (AETC), is seeking qualified contractors to provide Base Operations Support (BOS) services via a Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) agreement. This procurement aims to establish a strategic sourcing vehicle for comprehensive mission support services, including aircraft maintenance, resource management, and emergency services, across various U.S. locations, with a focus on promoting small business participation through designated pools for small businesses and 8(a) contractors. The contract, valued at approximately $4 billion, will span from September 2026 to September 2036, with task orders awarded based on a fair opportunity proposal request process. Interested parties must submit questions by April 14, 2025, and can reach out to Kari Barnett at kari.barnett@us.af.mil or Ricardo Flores at ricardo.flores.16@us.af.mil for further information.
C-40 Flight Simulator Training Follow-on
Buyer not available
The Department of Defense, specifically the Air Force's 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources for follow-on flight simulator training for the C-40B/C aircraft, which supports executive airlift missions. The procurement requires contractors to provide FAA-approved classroom and simulator training for various pilot courses, including Initial Qualification and Refresher Training, utilizing certified instructors and simulators at an FAA-approved facility. This training is crucial for maintaining pilot readiness and safety standards within the Air Mobility Command and other associated units. Interested businesses, particularly those classified as small disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned Small Businesses, must submit their capabilities and plans for joint ventures by May 6, 2025, to the primary contact, Blake Beckmann, at blake.beckmann@us.af.mil or by phone at 618-256-9951.
T-6 Aircraft Conditional Inspection & Strip and Repaint
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking industry participation for the T-6 Aircraft Conditional Inspection and Strip and Repaint services. This procurement aims to identify qualified contractors capable of performing annual inspections and maintenance on up to ten T-6A and B aircraft, ensuring their airworthiness through rigorous inspection, repair, and repainting processes. The services are critical for maintaining the operational readiness of the T-6 aircraft fleet, which is essential for training Navy pilots and officers. Interested parties must submit their capability statements by April 22, 2025, to the primary contact, Casey Bacon, at casey.a.bacon.civ@us.navy.mil, with a copy to Lauren Martz at lauren.r.martz.civ@us.navy.mil, referencing the notice ID N00421-24-RFPREQ-TPM273-0479.
Sources Sought for a potential Supply Chain Management Contract for J85 Engine Support
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a potential Supply Chain Management Contract focused on support for the J85 Engine, primarily manufactured by General Electric Company. The contract aims to procure a proprietary forecasting and analysis tool that encompasses supply support, demand/planning forecasting, material management, and customer service support for the J85 Engine and its associated Bill of Materials (BOM), which includes 5,736 DLA-managed consumable parts. This engine is crucial for powering the T-38A/C Talon aircraft, a key training asset for the U.S. Government and its allies. Interested parties must submit their proposals electronically to Andrew Alverson at Andrew.Alverson@dla.mil by May 8, 2025, at 3:00 PM EST, and should be registered in the System for Award Management prior to award consideration.
Repair of T-38 Rate of Flow Transmitter
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of T-38 Rate of Flow Transmitters at Tinker Air Force Base in Oklahoma. The procurement involves a total of four National Stock Numbers (NSNs) for various transmitters, with an anticipated award being a five-year requirements contract that includes a base year and four option years. This contract is crucial for maintaining the operational readiness of aircraft components, ensuring the reliability and performance of the T-38 aircraft. Interested small businesses are encouraged to reach out to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further details, with an estimated award date of August 1, 2025.
J85-5 Maintenance Repair and Overhaul Follow On
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis for the follow-on contract to the J85-5 Maintenance Repair and Overhaul services, aimed at sustaining the J85-5 engines that support T-38 training missions. The procurement seeks to identify potential contractors capable of providing comprehensive fleet management services, including maintenance, logistics support, and compliance with technical orders for a fleet of 1,019 engines. This opportunity is crucial for ensuring the operational readiness of the T-38 aircraft, which is vital for training future Air Force pilots. Interested companies are encouraged to submit their capabilities packages electronically within 30 days, with a maximum of 20 pages, and should contact Hassan Hammi or Itzel Spiller for further information.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the re-manufacture of the B-1B Electro-Mechanical Actuator, which is critical for operating valves that control the hydraulically operated speed brakes of the aircraft. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the actuators to like-new condition. This firm fixed price requirements contract is anticipated to last five years, comprising a three-year base period with two one-year options, and requires delivery of two units every 45 days, with an estimated quantity of eight units annually. Interested vendors must submit a Source Approval Request if unqualified, and technical data requests during the pre-solicitation phase should be directed to the provided email contacts. The solicitation is expected to be issued around April 17, 2025, with responses due by May 17, 2025; for further inquiries, contact Cliff Morgan or Matthew Tonay via their respective emails.