On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
ID: FA8509-24-R-0026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8509 AFLCMC WIUKAROBINS AFB, GA, 31098-1670, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses a series of contractor questions related to a government Request for Proposal (RFP). It confirms that Past Performance Questionnaires (PPQs) are due by October 7, 2024, and emphasizes that submissions must be electronic only, despite previous references to physical submissions. Key updates include the provision of the Quality Assurance Surveillance Plan (QASP) and an updated Wage Determination for Okaloosa County, FL. It also clarifies that the data required for Volume III includes an Excel pricing template. The government specifies that all fonts must be Times New Roman, size 12, and confirms that the completed workflow and planning templates are not included in the 40-page limit for the Technical Proposal. The document serves to clarify requirements and updates concerning submissions for the RFP process, ensuring that all parties have the correct guidelines to prepare their proposals.
    This Request for Proposal (RFP) seeks to establish a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract for skilled labor and management to support the Air Force Life Cycle Management Center (AFLCMC) On-Site Depot Support (OSDS) Program. The focus is on providing solutions for the Air Force Special Operations Command's (AFSOC) C-130 Weapons Systems and Sub-Systems at Hurlburt Field, Florida. The contract is a Total Small Business Set-Aside under NAICS Code 336411. It includes a 12-month base period and nine 12-month option periods, covering both Firm Fixed Price (FFP) and Cost Reimbursement No Fee (CRNF) contract types. The total value for the services is capped at $45.5 million, with a minimum order requirement of $5,000. Proposals will be evaluated based on Lowest Price Technically Acceptable (LPTA) criteria. The contractor must adhere to specific quality assurance standards (AS9100), and funding for the contract is contingent upon appropriated funds availability. The document outlines various Contract Line Item Numbers (CLINs) for labor, overtime, travel, and acquired services essential for performance under this contract, highlighting strict requirements for labor support and compliance with government regulations.
    The Performance Work Statement (PWS) outlines the requirements for contractor services in support of the On-Site Depot Support (OSDS) Program for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems at Hurlburt Field, Florida, from March 31, 2025, to March 30, 2035. The OSDS aims to provide agile maintenance and modification capabilities for specialized C-130 aircraft and components, enhancing fleet sustainment and reliability. Responsibilities include performing various levels of maintenance tasks, inspections, modifications, and urgent support for domestic and international operations. The contractor must provide a skilled labor force and adhere to strict quality management and safety protocols. The plan emphasizes the necessity for qualified personnel, with detailed descriptions of positions and qualifications required, including Aircraft Mechanics and Supply Technicians. The OSDS team will prioritize tasks based on government-defined urgency and must comply with applicable technical references. Quality assurance is critical, with provisions for inspection, documentation, and corrective actions outlined to ensure optimal aircraft availability and safety. The PWS establishes a systematic approach to streamline operations while ensuring compliance with regulatory standards and operational efficiency.
    The document outlines the submission requirements and guidelines for proposals related to the On-Site Depot Support (OSDS) effort for AFSOC C-130s. Offerors must adhere to strict proposal formats, submitting documents via encrypted email or DoD SAFE. Proposals are organized into four volumes: 1. Completed RFP - Include the signed RFP and exceptions taken. 2. Technical Proposal - Limited to 40 pages, demonstrating understanding of tasks and capabilities without mentioning price. 3. Cost/Price Proposal - Complete and submit a specific price summary form without altering pre-populated data. 4. Past Performance - Provide information on past performance for the offeror, joint venture members, and critical subcontractors, supported by a FACTS sheet. Each volume needs specific formatting, including font size, margins, and required attachments. The document emphasizes the importance of compliance with RFP terms, the submission timeline, and communication protocols for sensitive information. Overall, it serves to ensure organized and compatible proposals that meet federal requirements, ultimately aiming for successful government acquisition efforts.
    The government document outlines the evaluation criteria for contract awards under a Lowest Price Technically Acceptable (LPTA) methodology for a proposed acquisition. The selection process involves multiple gates to assess proposals based on Total Evaluated Price (TEP), technical evaluation, past performance, and price analysis. Initially, proposals are ranked by TEP; technical acceptability is then verified for the lowest-priced offeror. If found unacceptable, the next lowest is evaluated until a compliant proposal is identified. Past performance is assessed thereafter, with emphasis on recency, relevancy, and quality. Offerors must demonstrate relevant experience in supporting operations for specialized C-130 aircraft maintenance. The government reserves the right to award no contract if none meet requirements. The document underscores compliance with FAR and DFARS regulations, detailing the structured approach to ensuring best value for public funds through rigorous proposal analysis. Overall, it emphasizes the criteria that offerors must meet to ensure technical competence and satisfactory prior performance in the government contracting landscape.
    The document outlines instructions and details related to federal government Requests for Proposals (RFPs) and grants. It emphasizes procedures for federal and state-level funding and project proposals, highlighting the importance of adherence to regulatory standards and the integration of safety protocols. Key components include a structured approach to bid submissions, requirements for documentation, and mechanisms for evaluation. The emphasis is placed on transparency, compliance, and maintaining a rigorous bid selection process to ensure that public funds are allocated effectively. The underlying objective is to support governmental projects by facilitating access to funding through a clear and effective RFP process. Moreover, there is a recognition of the importance of environmental and safety considerations throughout the documentation, highlighting the government's commitment to responsible governance and project execution. This ensures that proposals align with community needs while maintaining strict adherence to legal and safety standards.
    The Quality Assurance Surveillance Plan (QASP) for the AFLCMC On-Site Depot Support (OSDS) concerning AFSOC C-130 Weapons Systems outlines the government's procedures for monitoring contractor performance in relation to contract standards. The QASP is a dynamic document detailing what will be monitored, the methods of surveillance, responsible personnel, and documentation processes. The primary objective is to deliver high-quality support for AFSOC's specialized C-130 systems, ensuring efficient maintenance and modifications while maximizing aircraft availability. Key elements include a systematic method for performance assessment, addressing discrepancies promptly, and maintaining fairness and objectivity in evaluations. The surveillance plan consists of various performance metrics and a corrective action framework for unsatisfactory contractor performance. The document elaborates on the roles of different stakeholders, including Contracting Officer Representatives (CORs) and Quality Assurance Evaluators (QAEs), in ensuring compliance with both technical requirements and safety standards. The QASP aims to foster effective communication between the government and the contractor while establishing standards that encourage high-quality service provision in the aerospace domain, critical for military operational readiness.
    The document discusses federal and state/local Requests for Proposals (RFPs) aimed at securing grants and contracts for various government projects. Key topics include the development, submission, and selection processes for proposals, which are crucial for obtaining funding for initiatives across sectors such as public infrastructure, health services, and community development. The document emphasizes the importance of adhering to specific guidelines and timelines outlined in the RFPs, as well as the criteria used for evaluating submissions. It highlights the need for detailed project descriptions, a clear statement of objectives, and proposed budgets that align with federal and local regulations. Furthermore, the document points out the role of collaboration between state and federal agencies to enhance transparency and effectiveness in the bidding processes. The analysis reflects on best practices for proposal writing, emphasizing clarity, objectivity, and comprehensive planning to meet the requirements and demonstrate the potential impact of proposed projects. Overall, it serves as a resource for entities looking to engage in government contracting and funding opportunities, illustrating the structured approach necessary for successful proposal submission and project execution.
    The document outlines the Wage Determination No. 2015-4531 (Revision No. 27) by the U.S. Department of Labor concerning the compensation standards under the Service Contract Act for federal contracts in Florida, specifically Okaloosa County. It mandates that contractors must adhere to minimum wage rates based on Executive Orders 14026 and 13658, which set the minimum wage at $17.20 or $12.90 per hour depending on the contract's initiation date. The document provides a comprehensive list of various occupations and their corresponding wage rates, including fringe benefits for positions ranging from administrative to health occupations, with detailed specifications for requirements such as paid sick leave and uniform allowances. Moreover, it describes the conformance process for unlisted occupations and emphasizes compliance with health and welfare, vacation, and holiday policies as delineated under federal regulations. These guidelines are significant for contractors and subcontractors aiming to comply with federal contracting laws in the context of government grants and RFPs, ensuring that schedules meet labor standards while providing protections for workers.
    The document outlines the "Present/Past Performance FACTS Sheet" required in RFP FA8509-25-R-0026 for prospective contractors and subcontractors to evaluate their past performance relevant to forthcoming contract opportunities. The FACTS Sheet mandates detailed reporting on various aspects of previous contracts, including the scope, contract type, dollar values, periods of performance, and complexities of deliverables. It calls for specifics regarding the role of the offeror (prime or subcontractor), customer contracting activity, and a summary of efforts, particularly emphasizing relevance to the current solicitation as it relates to the US Air Force's needs. Additionally, it requires contractors to demonstrate their compliance with small business utilization policies and the achievement of subcontracting goals, if applicable, and to provide points of contact for seamless communication. The document also necessitates an assessment of past performance issues, including quality deficiencies, and corrective actions tangibly taken. The ultimate goal of the FACTS Sheet is to solicit comprehensive, structured performance data from bidders to inform the government’s evaluation process, thereby ensuring qualified contractors are engaged for upcoming projects.
    The document outlines the procedures for the Present/Past Performance Questionnaire related to the Department of the Air Force's Request for Proposal FA8509-24-R-0026, concerning the On-Site Depot Support for AFSOC C-130 Weapons Systems. Offerors are instructed to distribute the questionnaire to their own and relevant partners' Points of Contact, ensuring the process is tracked and not delegated to subcontractors. The completed questionnaires must be submitted directly to the government by October 7, 2024, via the DoD Safe Site or through encrypted email, necessitating prior arrangement for encryption certificates with the Contracting Officer. The information is sensitive and must not be shared with the offerors themselves. The document emphasizes the importance of timely completion and compliance with established procedures while providing points of contact for assistance.
    This document outlines a federal government's Request for Proposal (RFP) consisting of various labor categories and estimated hours for different fiscal years, covering a period of up to ten years. It details the required labor types, including Aircraft Mechanics and Supply Technicians, along with their corresponding Department of Labor (DOL) codes and estimated hours throughout base years and option years (OY1-OY9). Contractors are instructed to input hourly rates for each category across specified periods, culminating in a total evaluated price reflected in column AJ7 for different categories of labor. The estimated hours for the Basic Year and each Option Year are clearly laid out, ensuring the contracting process adheres to the given guidelines. Additionally, a transition-in cost for the project is also noted for comprehensive assessment. Emphasis is placed on the completion of forms and accurate computations to adhere to regulatory and budgetary constraints, ensuring effective oversight and accountability in procurement. Overall, the document serves as a detailed guide for contractors to prepare their proposals effectively aligned with government requirements.
    The document titled "RFP FA8509-24-R-0026" contains a consent form required for joint ventures, critical subcontractors, or teaming contractors involved in a proposal for the Department of the Air Force. It emphasizes the need for these parties to consent to the sharing of their past performance information with the prime contractor, as obtaining such information is crucial for assessing performance confidence during the source selection process for the AFLCMC On-Site Depot Support for AFSOC C-130 Weapons Systems and Subsystems. The consent form must be signed by an authorized individual from the subcontractor or teaming partner organization and included in the proposal's Past Performance Volume. This process aligns with the government’s focus on leveraging past performance to ensure best value in procurement decisions.
    The Present/Past Performance Questionnaire attached to RFP FA8509-24-R-0026 serves as a tool for evaluating contractor performance in federal projects. It requires respondents to provide their details, including name, agency, and contact information, and specific information about the contract in question, such as the contractor's name, contract number, and type. The document is divided into three main parts: Part I focuses on specific program details; Part II addresses general information such as contract value and period of performance; while Part III requests performance assessments, asking evaluators to rate various aspects of the contractor's work, from meeting specifications to customer satisfaction. Respondents are also prompted to detail any disputes or strong/weak points observed during the contract period. The evaluation uses a rating system where responses can be rated as Acceptable (A), Unacceptable (U), or Not Applicable (N/A). This systematic approach aims to ensure that awarded contracts are based on reliable performance histories, crucial in maintaining government accountability and effectiveness in contracting processes.
    The document outlines the requirements for a Client Authorization Letter related to the Department of the Air Force's Request for Proposal (RFP) FA8509-24-R-0026. This RFP focuses on obtaining depot support for AFSOC C-130 weapons systems at Hurlburt Field, Florida. Offerors must send this letter to their commercial clients identified in their past performance submissions to validate past efforts. The letter calls for cooperation in completing and submitting a questionnaire to assess past performance, underscoring the increased significance of client feedback in the Air Force's acquisition process. It also specifies the protocol for electronically submitting this information, including encryption requirements and the need for prior communication with the designated contracting officer. The overall purpose emphasizes the need for transparency and accountability in proposal assessments, ensuring that all submissions are supported by documented client experiences and secure information exchange.
    The document comprises a series of Contract Data Requirements Lists (CDRLs) regarding the OSDS for AFSOC C-130s under contract number FD2060-25-30022. It outlines the data items required by the contractor, including specific titles, submission frequencies, distribution requirements, and necessary approval procedures. Key data items highlighted include the Work Management Plan, Status Report, Program Progress Report, Quality Deficiency Report, Significant Maintenance Historical Documentation, and the Environmental, Safety, and Occupational Health (ESOH) Plan. Each item specifies submission timelines, with drafts reviewed by the government within set business days, requiring incorporation of government feedback into resubmissions. Additionally, documents must be submitted in specific electronic formats. This CDRL framework is designed to ensure efficient oversight, compliance, and quality control throughout the contracted projects, signifying the government’s commitment to thorough documentation and communication between contractors and federal agencies during operational undertakings.
    Similar Opportunities
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing essential product support activities for the 416 Supply Chain Management Squadron at Hill Air Force Base, Utah. The contractor will serve as a systems integrator, responsible for managing technical support, logistics, and systems integration for F-16 avionics systems, ensuring operational readiness and compliance with military standards. This contract is critical for sustaining avionics testing capabilities and addressing obsolescence issues, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties must submit their proposals by the deadline of October 1, 2024, and can direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or by phone at 801-775-4631.
    Repair of C-130 Fuel Quantity Indicators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking contractors capable of repairing C-130 fuel quantity indicators, with a focus on comprehensive logistics and supply chain management. The procurement involves the repair, testing, preservation, and packaging of various part numbers, with estimated requirements totaling 22 units for each of the four options across multiple part numbers, including NSNs 6680-01-350-8048 and 6680-01-350-8049. This initiative is critical for maintaining operational readiness and safety of the C-130 aircraft fleet. Interested parties are encouraged to submit their qualifications and capabilities to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil or the secondary contact, Amanda Mathews, at amanda.mathews.2@us.af.mil, as part of the Sources Sought notice, which is currently open for responses.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    C-130 Maintenance & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for C-130 Maintenance & Repair Services under solicitation number N6264924R0029. The procurement aims to secure comprehensive maintenance services for KC-130J aircraft, including both scheduled and unscheduled maintenance, technical directives, and full supply support, with a maximum contract value of $374,293,250. This contract is critical for ensuring the operational readiness and safety of the KC-130J fleet, which plays a vital role in military logistics and support operations. Interested contractors must submit their proposals electronically by 1600 JST on November 13, 2024, and can direct inquiries to Sara Robinson or Jonathan Groeschel via their provided email addresses.
    HAFAD Integration Logistic Support ILS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Integrated Logistic Support (ILS) necessary to develop a level 1 & 2 depot for the F100-PW-229 engine. This procurement is categorized as other than full and open competition in accordance with FAR 6.302-4, indicating a specialized requirement for the support services. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance capabilities of the F100-PW-229 engine, which is vital for various military aircraft. Interested parties should contact Tammy Davis at tammy.davis.7@us.af.mil for further details regarding this opportunity.
    MXS Tool Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of mobile toolboxes as part of a combined synopsis/solicitation. The objective is to equip four deployable ISU-70s with a total of eight toolboxes, each customized with foam cut-outs for specific hand tools and etched for identification in accordance with military standards. This initiative is crucial for enhancing operational readiness and efficiency in aircraft maintenance operations, ensuring that maintenance personnel have the necessary tools readily available in the field. Interested vendors must submit their proposals by September 20, 2024, and direct any inquiries to Matthias Wilson at matthias.wilson.1@us.af.mil or Joshua Connelly at joshua.connelly.1@us.af.mil, with all submissions required to comply with the regulations outlined in the solicitation document.
    SPE4A724R0819- 1560- BRACKET,STRUCTURAL/ ATF/AIRCRAFT, SOF (AC-130H, AC-130J, AC-130U, EC-130E, EC-130H, HC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 12 units of a structural bracket (NSN: 1560-017183766) for various aircraft models, including the AC-130H, AC-130J, AC-130U, EC-130E, EC-130H, and HC. This procurement is classified as a firm fixed-price contract and is set aside for Historically Underutilized Business (HUBZone) concerns, emphasizing the importance of supporting small businesses in the defense sector. The delivery of the production units is required within 572 days, with the solicitation expected to be issued around August 26, 2024, and available via the DLA Internet Bid Board System (DIBBS). Interested parties can reach out to Leslea Newlon at 804-279-2732 or via email at Leslea.Newlon@dla.mil for further inquiries.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.