C-40 Contractor Logistics Support: Solicitation
ID: N0001925R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to provide Contractor Logistics Support (CLS) services for the C-40A aircraft, which includes seventeen (17) United States Navy (USN) aircraft and two (2) United States Marine Corps (USMC) aircraft. This procurement aims to ensure the operational readiness and maintenance of these aircraft, which are critical for tactical airlift missions. Interested parties are required to submit their proposals by 4:00 PM EST on April 28, 2025, following an extended preparation period, and may request access to technical library documents via email to the designated contacts, Karin Jensvold and Jessica McGee. For any inquiries, questions must be submitted by 12:00 PM EST on March 31, 2025, using the provided Industry Worksheet.

Files
Title
Posted
Apr 29, 2024, 8:17 PM UTC
Apr 29, 2024, 8:17 PM UTC
Apr 29, 2024, 8:17 PM UTC
Apr 29, 2024, 8:17 PM UTC
Apr 29, 2024, 8:17 PM UTC
Dec 13, 2024, 2:04 AM UTC
The document outlines responses from the government regarding industry questions related to the draft Request for Proposal (RFP) N0001925R0003 for Performance-Based Contractor Logistics Support (CLS) of C-40A aircraft. Key topics include clarifications on the scope of support actions, maintenance compliance with FAA regulations, management of parts and repair processes, and contractor responsibilities for training and reporting. Specific responses address questions about the scope of aircraft maintenance, FAA compliance, the integration of commercial parts pools, and shipping and logistics requirements. The government emphasizes that various technical documents are provided for compliance, while contractors must ensure availability and accessibility of necessary maintenance data. The document also makes revisions to clarify existing guidelines, including modifications to performance metrics and contractor obligations related to parts and maintenance. Overall, it highlights the government's commitment to concise communication with bidders, refining contract details to foster compliance and enhance operational efficiency within the aircraft support framework. This initiative is essential for maintaining aircraft readiness and quickly addressing maintenance requirements.
Lifecycle
Title
Type
Solicitation
Special Notice
Presolicitation
Sources Sought
Similar Opportunities
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.
Command Aircraft Crew Training (CACT) Program for Academic Maintenance Training on the C-40A Aircraft Recompete
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified contractors to support the Command Aircraft Crew Training (CACT) program, specifically for academic maintenance training on the C-40A aircraft (Boeing 737-700C). This procurement aims to facilitate practical training on various aircraft systems, ensuring that the training courses meet the Air Transport Association (ATA) Specification 104 Level II or higher criteria. The selected contractor will be responsible for delivering comprehensive maintenance training programs, which include certified instructors, necessary facilities, and training materials, with a focus on hands-on training using actual or mock components. Interested parties must submit their capabilities and qualifications by April 10, 2025, as the anticipated Firm Fixed Price (FFP) contract will commence on February 1, 2026, following the expiration of the current contract with Delta Air Lines, Inc. For further inquiries, interested contractors can contact Sara Falk at sara.r.falk.civ@us.navy.mil or Virginia Marquez at virginia.l.marquez.civ@us.navy.mil.
E4B Contactor Logistics Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to extend a sole-source contract with Boeing Company for Contractor Logistics Support (CLS) related to the E-4B National Airborne Operations Center aircraft. The contract modification aims to provide comprehensive support, including program management, aircraft depot maintenance, supply chain management, and field service representatives, ensuring the operational readiness of this critical military asset for U.S. strategic command and control functions. The total budget ceiling for this contract is set at $4.2 billion, with a performance period from December 1, 2025, to May 31, 2036, and interested parties are encouraged to submit capability statements, although funding is currently unavailable. For further inquiries, contact Amanda Jones at amanda.jones.39@us.af.mil.
Performance-Based Logistics Services for ALC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for Performance-Based Logistics (PBL) services to support its aviation assets through a contract designated as solicitation number 70Z03825RB0000001. The contract will be awarded on a sole source basis to Rockwell Collins, Inc., encompassing a one-year base period with four optional one-year extensions, aimed at ensuring operational readiness and effective maintenance of various aircraft. This procurement is critical for maintaining the Coast Guard's aviation capabilities, with a total contract ceiling set at $99 million, and proposals must be submitted by April 16, 2025, at 4:30 PM EDT. Interested vendors can reach out to primary contact Livia M. Pippen at livia.m.pippen@uscg.mil for further information.
Contractor Logistics Support for PMA-266 MQ-9 Reaper
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking information from potential contractors for Contractor Logistics Support (CLS) for the PMA-266 MQ-9 Reaper program. This opportunity aims to identify firms capable of providing aircrew and maintenance support for the MQ-9A system, which is critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations conducted by the United States Marine Corps (USMC). The anticipated contract will cover a range of services, including organizational and intermediate-level maintenance, and is expected to span a period of 3 to 5 years, with an estimated award date in October 2026. Interested parties must submit a white paper by April 22, 2025, to the primary contact, Tiffany Horty, at tiffany.a.horty.civ@us.navy.mil.
15--AILERON-RUDDERVATOR
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the procurement of the Aileron-Ruddevator, identified by NSN 7R-1560-015252246-RQ, with a quantity of 7 units required for delivery FOB origin. This procurement necessitates engineering source approval from the design control activity to ensure the quality of the part, as it is flight critical and requires unique design capabilities and manufacturing knowledge that are not readily available to the Government. Interested vendors must be approved sources or submit detailed information for source approval, as outlined in the NAVSUP Source Approval Information Brochures, with proposals due within 45 days of this notice. For inquiries, contact Carmelena C. Oldroyd at (215) 697-2606 or via email at CARMELENA.C.OLDROYD.CIV@US.NAVY.MIL.
F-405 Engine Contractor Logistics Support (CLS) FY27-32
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract to Rolls Royce Corporation, LLC for contractor logistics support (CLS) for the F-405 engine from FY27 to FY32. This procurement encompasses all Intermediate (I)-level and Depot (D)-level maintenance and logistics support for the F405-RR-401 engine and MK II Gas Turbine Starter (GTS) used in the T-45 Goshawk aircraft, which is critical for the Naval Undergraduate Training Systems Program Office. The contract will be executed primarily at NAS Kingsville, TX, with additional efforts at NAS Meridian, MS, and NAS Pensacola, FL, among other locations, and is justified under FAR 6.302-1 due to Rolls Royce being the sole manufacturer with the necessary technical data and expertise. Interested parties may express their capabilities to the primary contact, Ronald Parry, at ronald.r.parry.mil@us.navy.mil, prior to the closing date of the synopsis, although no competitive proposals will be solicited.
Command, Control, Communications, Computers, and Intelligence (C41) Integrated International Solutions (CIIS) Follow-On
Buyer not available
The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Command, Control, Communications, Computers, and Intelligence (C41) Integrated International Solutions (CIIS) Follow-On project. This procurement aims to acquire, field, and sustain tailored, interoperable C4I capabilities in support of U.S. Department of Defense security cooperation programs, specifically involving the design, procurement, and installation of C4I systems in various foreign nations. The contract will be structured as an indefinite-delivery indefinite-quantity (IDIQ) Multiple Award Contract (MAC) with a five-year ordering period, utilizing a hybrid Firm Fixed Price/Cost Plus Fixed Fee/Cost-reimbursable approach, with an estimated award date between July and August 2025. Interested parties can direct inquiries to Contract Specialist Magdalena Uriostigue at magdalena.uriostigue.civ@us.navy.mil or by phone at 858-537-8757.
15--SLAT,AIRCRAFT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of spare parts for aircraft, identified under the title "15--SLAT, AIRCRAFT." This procurement aims to secure new manufacture spare parts, with evaluation criteria focusing on lead time, price, past performance, and capacity. The solicitation is critical for maintaining operational readiness and ensuring the availability of essential aircraft components. Interested vendors must submit their quotes by April 10, 2025, and can direct inquiries to Helen Carmelo at Helen.i.carmelo.civ@us.navy.mil or by phone at 215-697-1138. All proposals must remain valid for a minimum of 120 days following submission.
16--CONTROL ASSEMBLY,QU, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of control assemblies for the C-130 Aircraft system. This procurement involves a firm fixed-price repair purchase order, with a required repair turnaround time of 87 days from asset receipt to acceptance, emphasizing the importance of timely and efficient service in support of military operations. The contractor will be responsible for all necessary equipment and compliance with specific quality assurance standards, including the use of designated materials and coatings. Interested parties can contact Kelly Lynch at 215-697-3566 or via email at KELLY.M.LYNCH5.CIV@US.NAVY.MIL for further details, with the induction expiration date set for 365 days post-contract award.