Engineering Investigation Systems
ID: FA850425RB002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8504 AFLCMC WLNKAROBINS AFB, GA, 31098-1670, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 14, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an engineering investigation systems contract aimed at providing sustaining engineering support for the C-130 aircraft. The contract will encompass engineering, technical, and logistics support for various systems, including electrical, avionics, mechanical, and structural systems, ensuring the operational effectiveness and safety of the C-130 fleet. This initiative is crucial for maintaining the readiness of vital military assets, reflecting the government's commitment to national defense strategies. Interested vendors should reach out to Clevetta Brown at clevetta.brown@us.af.mil or Erica Carter at erica.carter.3@us.af.mil for further details, with the contract structured as a five-year agreement featuring a 12-month base period and four optional extensions.

Point(s) of Contact
Files
Title
Posted
Jan 14, 2025, 3:05 PM UTC
The document outlines the Performance-Based Work Statement (PWS) for C-130 Aircraft Engineering Support, issued by the Air Force Life Cycle Management Center at Robins AFB, GA. The main objective is to provide comprehensive engineering, technical, and logistics support for the C-130 fleet, ensuring operational effectiveness and safety. The contractor is responsible for various systems, including avionics, propulsion, and structural integrity, while also managing configuration control and addressing field concerns that may impact flight missions. Key performance indicators include timely submission of technical reports, minimal rejections of deliverables, and prompt responses to maintenance issues, with specific numerical thresholds set for quality assurance. The contractor will facilitate quarterly Program Management Reviews and annual performance assessments to monitor progress and compliance. The document specifies government property usage, technical requirements, and the expected interaction between the contractor and government personnel. Given stringent security clearance and compliance regulations, the contractor must adhere to rigorous safety standards and document management practices throughout the project's duration. This initiative signifies the U.S. government's ongoing commitment to maintaining the readiness of vital military assets, crucial for national defense strategies.
Jan 14, 2025, 3:05 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List used by the Department of Defense to specify data items associated with contracts. It informs contractors about the required data submissions, including their frequency, acceptance criteria, and distribution statements. This form includes a distinctive section for each data item, detailing essential elements such as the contractor's name, contract reference, submission dates, and distribution requirements. It mandates that the contractor submit an agenda for conferences at least two business days prior, with data formatted in Microsoft Office or PDF. The document outlines instructions for government personnel and contractors on completing the form and delineates different price groups for estimating costs associated with delivering various data items. The overarching goal of the DD Form 1423-1 is to ensure that necessary data is provided adequately, fostering compliance and support for contract execution, while safeguarding sensitive information based on specified distribution statements. By streamlining data requirements, the form plays a crucial role in the efficient management of defense contracts and related tasks.
Jan 14, 2025, 3:05 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL), outlining specified data submission requirements within Department of Defense contracts. The document provides critical fields for contract information, including main data items, contractor details, and specific submittal instructions. A key focus is on ensuring that the contractor adheres to formatting and acceptance protocols, with clear directives for submission timelines, distribution, and required formats, typically in electronic mediums such as Microsoft Office or PDF. This document includes categories such as Technical Data Package (TDP) and Technical Manual (TM), emphasizing different types of data required for engineering support. Acceptance criteria specify that submissions will be validated via email by designated authorities. Additionally, the document incorporates guidelines for estimating data item prices, categorized into four groups based on data necessity, preparation requirements, and associated costs. Overall, the DD Form 1423-1 facilitates structured communication and compliance between contractors and the government, reflecting standard practices in government RFPs and grants to ensure transparency and efficiency in contract data management.
Jan 14, 2025, 3:05 PM UTC
The DD FORM 1423-1 establishes a Contract Data Requirements List (CDRL) utilized by the Department of Defense for managing data submissions under contracts. Its primary purpose is to outline requirements for data delivery from contractors, specifically for system and item support, such as the C-130 Engineering Support project. The form includes various sections including the contractor's responsibilities, types of data required (Technical Data Package, Technical Manual, etc.), and submission protocols. Key elements include specific timing for reports, data formats, and distribution rules. Acceptance of items and performance assessments are emphasized through requirements for contractor responsiveness to validation reports. Additional instructions assist government personnel and contractors with form completion, ensuring consistency in data item definition and submission process. This document solidifies protocols essential for oversight, collaboration, and accountability in defense contract management.
Jan 14, 2025, 3:05 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a technical report related to C-130 engineering support. It specifies necessary data items, including the title, frequency, and distribution details, to ensure contractor compliance with government specifications. The record prompts contractors to submit technical evaluations, travel plans, and performance reports, with strict guidelines on data format and acceptance processes. Different price groups categorize costs associated with the data provided, influencing contractor expenses for data delivery. The document highlights evaluation methods, including a Contractor Performance Assessment Report (CPAR), emphasizing the importance of timely responses for performance reviews. Furthermore, it stresses the need for electronic submission of data and relevant contact information for inquiries, ensuring all specified requirements align with Department of Defense regulations for effective data management within contracts.
Jan 14, 2025, 3:05 PM UTC
The document is a solicitation for an engineering investigative services contract under the "Rated Order" category, in accordance with the Defense Priorities and Allocations System (DPAS). It outlines the terms for a five-year contract, comprising a 12-month base period and four 12-month options, with specific requisition and submission details. The contract will include various line items, such as engineering services, travel, and deliverables documented through the Contract Data Requirements List (CDRL). Key provisions also emphasize incremental funding for various contract line items with specified funding increments throughout the contract period. Vendor submissions must comply with regulations regarding prompt payment discounts, acknowledgment of amendments, and established timelines for proposals and performance. The document further details evaluation factors, conditions for award, and compliance with federal acquisition regulations. It ensures that the contractor adheres to ethical guidelines and limitations on subcontracting. This solicitation aligns with federal RFP practices, aiming to procure necessary engineering services while maintaining budgetary and regulatory accountability.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
C-130 Actuator, Electro-Me
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of C-130 Electro-Mechanical Actuators, specifically part number L16-107, under presolicitation notice FD20302501127. The requirement includes the manufacture of new spare parts, which are critical for the operation of the C-130 aircraft, as they facilitate the opening and closing of the UPU inlet door. Interested vendors must meet qualification requirements prior to award, with an estimated quantity of 14 units and a delivery timeline set for February 2027. Proposals must be submitted within 30 days of solicitation issuance, and all inquiries should be directed to Lori Lumsden at lori.lumsden.1@us.af.mil or by phone at 405-855-3559.
C-130 Electrical Control Panel/Intercommunication Set Control C-6567/AIC-25
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the supply of C-130 Electrical Control Panels and Intercommunication Set Control (NSN 1680-01-411-1338) as part of a contract set aside exclusively for small businesses. The procurement includes a total of two First Articles and 29 production units, with a requirement for First Article testing to ensure compliance with established performance criteria. These components are critical for the functionality of C-130 aircraft communication systems, emphasizing the importance of quality and adherence to military standards. Interested vendors must be registered in the Enhanced Joint Certification Program (EJCP) to access technical data, and proposals are due within the specified timeline, with contact inquiries directed to Roberto Martinez-Perez at roberto.martinez-perez@dla.mil.
Support Shaft Assembly
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is seeking proposals for the procurement of a Support Shaft Assembly, specifically an arm assembly for the C-130 Landing Gear. This solicitation includes multiple line items, requiring the delivery of first articles and production articles, with specific materials and testing protocols outlined to ensure compliance with military standards. The procurement is critical for maintaining the operational readiness of military aircraft, emphasizing the importance of quality and reliability in defense contracting. Interested vendors must submit their proposals by the extended deadline of June 3, 2025, at 2:00 PM, and can direct inquiries to Kitty Lam at kitty.lam@us.af.mil or by phone at 385-519-8181.
ARMOR, SUPPLEMENTAL | 06F | C-130
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for supplemental armor components for the C-130 aircraft. The procurement involves an estimated annual quantity of 1,320 units, with delivery expected 300 days after the receipt of order, and inspection and acceptance will occur at the destination. This armor is critical for enhancing the structural integrity and operational capability of the C-130, a vital asset in military operations. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around April 11, 2025, and should direct inquiries to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
SEV STRATEGIC REPLENISHMENT CONTRACT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Strategic Replenishment Contract (SRC) aimed at sourcing, acquiring, and delivering a wide range of common support equipment for aircraft and ground operations. This procurement involves approximately 500 National Stock Numbers (NSNs) across various Federal Supply Classes (FSCs), emphasizing the importance of maintaining existing military capabilities rather than initiating new programs. The contract will be set aside for small businesses and is expected to span a total of ten years, including a basic contract period of one year and nine additional ordering periods of twelve months each. Interested parties should direct inquiries to Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil, with proposals due by February 16, 2021.
Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet RFI2
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking potential contractors for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 systems for the C-130J fleet. The primary objectives include the production of up to twelve Group A modification kits annually and the installation of these kits alongside Group B kits provided by the government, with operations anticipated to commence in 2029. This initiative is critical for enhancing the capabilities of the C-130J weapon system, ensuring it is equipped with advanced missile warning and countermeasure technologies. Interested businesses, particularly those qualifying as small or disadvantaged enterprises, must submit their responses to the Request for Information (RFI) electronically by May 1, 2025, adhering to specified formatting guidelines, and can contact Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil for further inquiries.
Noun_Indicator, Air Speed_Application_C-130_NSN_6610-01-067-0228_Part_Number_1701DX10-04
Buyer not available
The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is conducting a Sources Sought Synopsis to identify potential vendors for the procurement of new spare parts related to the Indicator, Air Speed for the C-130 aircraft. This initiative aims to assess market capabilities and explore the feasibility of competitive bids, including the possibility of small business set-asides. The components are critical for the operational readiness of the C-130 aircraft, emphasizing the importance of collaboration with diverse entities in the supply chain. Interested vendors are encouraged to register and provide their business size and qualifications under NAICS Code 336413, with responses due by the specified deadline, although no solicitation or funding is currently available. For inquiries, vendors may contact 430 SCMS at 430scms.afmc.rfiresponses@us.af.mil.
CLUTCH TORQ FIXTURE, APU STARTER, C-130
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of 23 Clutch Torq Fixtures, specifically for the APU Starter of the C-130 aircraft, as part of the KC-130J program. This opportunity is a 100% Total Small Business Set-Aside, requiring eligible contractors to comply with military specifications, including the submission of a valid DD Form 2345 to access necessary technical data for quoting. The fixtures are critical for ensuring operational readiness and maintenance of the KC-130J aircraft, which plays a vital role in military logistics and support. Interested parties must submit their requests for technical data by May 1, 2025, and all correspondence regarding this solicitation should be directed to Mark Schnittman at mark.a.schnittman.civ@us.navy.mil or by phone at 240-587-2525.
C-130J MATS IV
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to negotiate a sole source contract with Lockheed Martin for the C-130J MATS IV program. This procurement involves the production and modification of various Aircrew Training Devices (ATDs) and Maintenance Training Devices (MTDs) for C-130J systems, which are critical for training and operational readiness of Air Force personnel. The contract will be structured as a 10-year Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, with a 5-year base period and a 5-year option, and is expected to support training needs at various global locations. Interested parties may submit responses to the presolicitation notice by 4:00 PM EST on April 24, 2025, via email to Kyle Patko at kyle.patko@us.af.mil, as the government will consider all responses received within 15 calendar days of publication.
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.