LOGISTICS SUPPORT SERVICES (LSS) Materiel Management & Maintenance (AGE/TA)
ID: FA860124R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 31, 2023 4:57 PM
  2. 2
    Updated Dec 13, 2023 3:09 PM
  3. 3
    Due Dec 21, 2023 9:00 PM
Description

Solicitation Notice: DEPT OF DEFENSE is seeking Logistics Support Services (LSS) Materiel Management & Maintenance (AGE/TA) for the United States Air Force at Wright Patterson AFB, OH. This firm-fixed price contract will provide commercial services in the areas of Materiel Management and Maintenance for Transient Aircraft (TA) and Aerospace Ground Equipment (AGE). The services will include management and performance of logistics for deployment and distribution operations, as well as worldwide movement of authorized personnel, cargo, and personal property. The NAICS code for this acquisition is 561210, with a size standard of $47,000,000. A site visit will be conducted on 14 November 2023, and proposals must be submitted by 30 November 2023.

Point(s) of Contact
Lifecycle
Title
Type
Similar Opportunities
Logistics Material Control Activity (LMCA)
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Logistics Material Control Activity (LMCA): This notice is a request for information for logistics support to service Logistics Material Control Activity (LMCA) for Air Force Research Laboratory, Logistics Support Division (AFRL/RWO), Eglin AFB, FL. The contractor will provide all personnel, equipment, tools, and materials necessary to perform the LMCA function. The LMCA is a specialized supply logistics program that allows Research and Development organizations to acquire materials to support RDT&E missions. The services include various functions such as administration, customer support, hazardous materials handling, equipment control, material handling, logistics support stocks, and mail pickup and distribution. Interested offerors are requested to provide information on their experience in providing similar support and their business size designation.
AN/MSN-7 Communication Central CLS
Active
Dept Of Defense
The U.S. Air Force seeks a women-owned small business (WOSB) to provide comprehensive logistics and maintenance support for its AN/MSN-7 Communication Central Systems, also known as Tower Restoral Vehicles. These deployable air traffic control towers are crucial for USAF deployment operations. The scope of work involves managing a fleet of 18 AN/MSN-7 units, including program administration, supply chain management, depot-level maintenance, and equipment repairs. The contractor must ensure a rapid response, providing troubleshooting and replacement parts as needed, while adhering to strict performance thresholds. Additionally, the successful bidder will be responsible for custodial procurement, supplying a wide range of electrical and mechanical components. These include common hardware items as well as specialized aircraft parts. To qualify, applicants should possess the necessary capabilities, experience, and past performance in providing logistics and maintenance services, with a focus on electronic and electrical equipment. The selection process will prioritize offerors who can demonstrate a commitment to small business participation. The contract is structured as a single-award, indefinite-delivery, indefinite-quantity agreement, firm-fixed-price with a cost-reimbursable travel CLIN. The initial contract period is ten months, following a two-month phase-in, with eight potential 12-month extensions and a six-month option, totaling 114 months. Pricing is a critical evaluation factor. Bids will be assessed for reasonableness, balance, and realism, with vendors required to submit pricing matrices and fully burdened rates for all performance years. The estimated total contract value is approximately $385,643.85 for the base year. Interested parties must submit their proposals, including past performance information, by the specified deadline to be considered. The government reserves the right to evaluate and award the contract based on the solicitation's technical merit and price. For any clarification or questions, prospective bidders should contact Ms. Kimberly Simms at the provided email address.
Foreign Military Sales (FMS) Aircraft Program for the Purchase of Two Commercial Aircraft, Three Year Sustainment Package, and Contractor Logistic Support (CLS), Training, and Medical Equipment
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Foreign Military Sales (FMS) Aircraft Program for the Purchase of Two Commercial Aircraft, Three Year Sustainment Package, and Contractor Logistic Support (CLS), Training, and Medical Equipment The Department of Defense, specifically the Department of the Air Force, is conducting market research for a Foreign Military Sales (FMS) Aircraft Program. The program aims to procure two commercial aircraft, specifically Boeing 737 Next Generation (737-700 and 737-800) models, along with a three-year sustainment package, Contractor Logistic Support (CLS), training, and medical equipment. The aircraft will be used for medium multi-purpose transport and cargo and passenger transport purposes. The procurement also includes specific requirements for the aircraft's capabilities, maintenance, avionics, and cabin equipment. Interested parties are requested to provide documentation demonstrating their capability to fulfill the requirements. The response deadline is 5:00 pm EDT on Friday, 9 August 2024.
Crane and Hoists Maintenance
Active
Dept Of Defense
The Department of Defense is seeking maintenance services for cranes and hoists at Wright Patterson AFB in Ohio. This combined synopsis and solicitation is a total small business set-aside with a 100% SBA size standard of $12.5M. The key objective is to perform maintenance and repairs on various cranes and hoists as outlined in the attached draft contract. The draft contract includes line items, delivery schedules, and a period of performance. Offerors should pay close attention to the provisions and clauses, representations, and certifications contained within it. To be eligible, applicants must conform to the SBA size standard and be registered on the System for Award Management (SAM). Proposals must be submitted via email by 1:00 pm Eastern Time on August 27, 2024, to be considered. Emails must include the correct subject line and attachments, as specified in the solicitation. Ensure that all .pdf, .doc, .docx, .xls, or .xlsx documents are virus-free and do not exceed the specified email size limits. The evaluation of proposals will be based on technical capability and price reasonableness. Technical capability will be determined by using the evaluation criteria outlined in Attachment 2 of the solicitation. Price reasonableness will be determined by the government using various techniques such as independent government cost estimates. For any clarifications or questions, applicants should contact Alejandro Quiles via email. This opportunity is a Firm Fixed Price/T&M contract for commercial items, with funding estimated at $12.5M. The contract type and financial details will be finalized with the successful offeror.
FA8604 Storage Aid System at Luke AFB, AZ and Kirtland AFB, NM MMHS
Active
Dept Of Defense
The Department of Defense is issuing a combined synopsis and solicitation for commercial entities to design, manufacture, and install specialized storage systems across two military bases: Luke AFB in Arizona and Kirtland AFB in New Mexico. The primary scope of work involves adjusting and expanding pallet racks, managing cables, and installing modular office systems, conveyors, and racks. At Luke AFB, the focus is on expanding pallet racks and managing cables, while Kirtland AFB requires the installation of sheet metal racks and cabinets in a warehouse area. The government may also elect to purchase additional cabinets post-award. All installation work must adhere to precise specifications, including cable management, to facilitate a smooth workflow. Offerors must demonstrate an ability to deliver customized solutions, adhering to the detailed requirements outlined in the solicitation. The contract, valued at several million dollars, is expected to be a firm-fixed-price arrangement with a 270-day completion deadline. To be eligible, bidders must be registered on SAM.gov and meet the Small Business Administration's criteria for small businesses. The Lowest Price Technically Acceptable (LPTA) evaluation approach will be used, with technical merit and price reasonableness serving as key assessment criteria. Women-owned small businesses are encouraged to apply. The solicitation's initial deadline was extended to 4:00 p.m. on August 12, 2024, and questions regarding this opportunity must be submitted by 2:00 p.m. on August 5, 2024. All submissions must be made via DoDSafe, and any late proposals will not be considered. Interested parties should carefully review the solicitation and its amendments for detailed instructions and evaluation criteria. For clarification, refer to the Q&A sets available online. The primary contact for queries is Emily A. Gomez at emily.gomez.3@us.af.mil, with Andrew Petersen as the secondary contact at andrew.petersen.3@us.af.mil.