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
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Repair of T-38C Ejection Seat Components
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair T-38C Ejection Seat Components under a Firm Fixed Price (FFP) Requirements contract. The procurement involves the repair of two specific items: the Automatic Deployment Unit and the Powered Inertia Reel Device, which are critical components for the T-38 aircraft. This contract will be awarded as a sole source to Martin Baker America due to proprietary data rights, with a total estimated quantity of 180 units to be repaired annually over a five-year period, including a basic one-year period and four option periods. Interested parties can direct inquiries to Kinser George at kinser.george@us.af.mil, with the solicitation and attachments expected to be posted no earlier than December 29, 2025.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Manufacture of Trailing Edge for the B-1 Aircraft
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of trailing edge components for the B-1 aircraft under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with an estimated total quantity of 75 units and minimum order quantities set at 12. The selected contractor must comply with various requirements, including export-controlled certification, First Article Government Testing, and adherence to ISO 9001-2015 standards. Interested parties should note that the closing date for offers has been extended to December 15, 2025, and must acknowledge receipt of the amendment to ensure consideration. For further inquiries, contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405.
    FD2030-24-02764
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is soliciting proposals for the manufacture of Aircraft Tips for the B-1 aircraft under Solicitation Number FD2030-24-02764. This procurement is a Total Small Business Set-Aside and aims to acquire updated technical data and extend the closing date for offers, which is now set for December 15, 2025, at 3:00 PM. The contract will utilize a Firm Fixed Price vehicle and is expected to cover an estimated quantity of 95 units over three years, with specific requirements for quality standards and compliance with the Buy American Act. Interested parties should contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further information.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the Trailing Edge for the B-1 aircraft, under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with a focus on compliance with stringent quality assurance standards and export control regulations. The contract will require the delivery of a total of 75 units over three years, with the first production delivery due by December 1, 2027, and proposals must be submitted by December 15, 2025, at 3:00 PM. Interested parties can reach out to Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405 for further information.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.