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 Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for C-40A Contractor Logistics Support (CLS) services to support seventeen United States Navy (USN) aircraft and two United States Marine Corps (USMC) aircraft. This procurement aims to establish a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to ensure the operational readiness and maintenance of these aircraft. The opportunity is critical for maintaining the fleet's capabilities and ensuring mission success. Interested parties must submit their proposals by 4:00 PM EST on May 12, 2025, and may direct inquiries to Karin Jensvold at karin.jensvold@navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.

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.
Performance-Based Logistics Services for ALC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for Performance-Based Logistics (PBL) services under solicitation number 70Z03825RB0000001. The procurement aims to secure logistical support for various aircraft, ensuring increased parts availability, reliability, and operational readiness through an Indefinite Delivery Requirements contract with Rockwell Collins, Inc. The contract will consist of a one-year base period with four optional one-year extensions, with a total ceiling of $99 million. Interested vendors must submit their proposals via email by April 16, 2025, at 4:30 PM EDT, and can direct inquiries to Livia M. Pippen at livia.m.pippen@uscg.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.
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.
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.
16--PCMU REF DES 12A10,
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of unique identification and valuation items under the title "16--PCMU REF DES 12A10." This contract requires suppliers to provide miscellaneous aircraft accessories and components, adhering to strict inspection and acceptance criteria, as well as compliance with various quality and regulatory standards. The goods are critical for maintaining operational readiness and support for naval aviation systems. Interested vendors must submit their quotes via email to Taylor C. Kilkenny at TAYLOR.C.KILKENNY.CIV@US.NAVY.MIL by the specified due date, ensuring all necessary documentation for government source approval is included to be considered for award.
PARTS,CRRNT CARRI
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of current carrier parts under a fixed-price contract. The requirement includes the manufacture and design of specific parts that must adhere to detailed specifications, including design, material, and dimensions as outlined in the solicitation. These parts are critical for maintaining operational readiness and support for naval systems, emphasizing the importance of quality and compliance with established technical standards. Interested vendors should submit their quotes to Danielle Dellisola at danielle.dellisola.civ@us.navy.mil by April 21, 2025, with pricing valid for 60 days post-quotation submission.
USNS William McLean MTA 2025
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and technical assistance (MTA) for the USNS William McLean (T-AKE 12) for fiscal year 2025. The procurement focuses on shipbuilding and repairing services, requiring contractors to demonstrate their capabilities in dry dock services, safety protocols, and compliance with military operational standards. This opportunity is critical for ensuring the operational readiness and safety of military vessels, with performance expected to take place in Virginia, United States. Interested contractors should direct inquiries to Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil, with proposals due by the specified deadlines.
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.
Solicitation for Multiple Award Repair IDIQ - Submarine Corporate Component Repairs Program (CCRP)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract under the Submarine Corporate Component Repairs Program (CCRP). This contract, which spans a two-year base period with three optional years, aims to facilitate the repair of components for Los Angeles and Virginia class submarines, specifically focusing on industrial valve manufacturing as outlined by NAICS code 332911. The contract will allow for delivery orders issued on a Cost-Plus-Fixed-Fee or Firm-Fixed-Price basis, with a minimum order value of $500 and a maximum cumulative order limit of $86 million across all awardees. Interested contractors must submit their proposals by May 5, 2025, and can direct inquiries to Hannah Forsyth at hannah.m.forsyth.civ@us.navy.mil or Madison Gray at madison.m.gray4.civ@us.navy.mil for further clarification on requirements and qualifications.