Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Multiple Award IDIQ
ID: FA810824RB001RFPType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8108 AFSC PZIETINKER AFB, OK, 73145-9119, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WEAPONS (J010)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The U.S. Air Force seeks rapid deployment contract field teams (CFT) for labor augmentation support under a $7.009 billion multiple award IDIQ contract. These teams will perform aircraft, vehicle, and aerospace equipment maintenance, emphasizing timely responses and AS9100D compliance. Offerors must demonstrate their capability to provide flexible support, with transitions within 30 days in CONUS and 90 days OCONUS. Evaluation based on technical merit (35%) and past performance (50%) will prioritize small businesses for smaller task orders. Deadlines include the extended proposal submission on August 26, 2024, and a one-year proposal acceptance period.

    This procurement reflects the Air Force's commitment to ensuring mission readiness and enhancing its maintenance capabilities by acquiring specialized services.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a flexible and rapid deployment of skilled maintenance Contractor Field Teams (CFTs) to augment existing military maintenance efforts worldwide. These teams provide organizational support for a range of weapon systems, including aircraft, vehicles, and aerospace equipment. The focus is on ensuring mission readiness and mitigating risks through tailored maintenance services. CFTs are expected to perform various tasks, including modification, inspection, and repair work, following government-provided technical data. The scope encompasses both CONUS and OCONUS locations, with the potential for emergency response and surge operations. The contractor must have a Quality Management System certified to AS9100D standards and adhere to safety, security, and operations procedures. Key deliverables include standard operating procedures, local operating instructions, quality control plans, and emergency response procedures, to be submitted according to specified CDRLs. Contractor personnel are responsible for their own tools and common personal protective equipment, with specialized PPE and respirators provided by the government, if required. Performance metrics, based on factors like inspection rejection rates and management responsiveness, will be outlined in individual task order PWSs. Along with schedule metrics, they will evaluate the contractor's performance. Evaluation criteria include factors such as meeting FFP Minimum Team Complement requirements and ensuring site supervision, with penalties for non-compliance. The contract aims to provide a rapid and adaptable maintenance augmentation solution for the military, with a focus on quality and timely execution. Key dates and timelines will be defined in individual task orders, along with specific logistics and security requirements. This flexible framework allows for efficient scaling to meet diverse maintenance needs.
    The procurement objective of this RFP involves the issuance of task orders for maintenance and support services in the aerospace and defense sectors. The focus is on obtaining a flexible range of services, including firm-fixed price (FFP), time-and-materials (T&M), and cost reimbursable solutions. These task orders will require the successful vendors to provide skilled personnel, with the ability to respond to various shift patterns and surge demands. The RFP seeks a comprehensive management plan for overseeing these services, ensuring adequate supervision and team leads. Key specifications include the use of National Wage Determination (NWD) rates or Collective Bargaining Agreements for labor categories, and the requirement for contractors to propose shift differentials and premium pay rates. The government reserves the right to adjust minimum team complement (MTC) staffing levels unilaterally. Vendors responding to this RFP are expected to submit proposals detailing their pricing, management plans, and team compositions. The evaluation criteria will consider factors such as past performance, mission capability, and price competitiveness. Critical dates include a 72-hour minimum response time for vendors, with task order performance potentially commencing after written permission is granted. This procurement aims to enhance the efficiency and responsiveness of maintenance and support services, with the potential for both small and large businesses to participate in the two designated competition pools.
    The Air Force Sustainment Command seeks to contract aircraft, mission equipment, and support equipment maintenance services through the Contract Field Team Labor Augmentation Support Requirements (CFT LASR) IDIQ program. The focus is on augmenting maintenance teams for various DoD customers, primarily aviation platforms and associated equipment. The IDIQ provides a framework for issuing task orders, with specific requirements outlined in each individual order. The procurement aims to ensure readiness and mission capability by contracting specialized services. Task orders will be competed among IDIQ holders, with evaluations based on quality of service and price. The work scope, skills required, and site of work will be detailed in Performance Work Statements within each task order. Firms must propose rates for all skill sets and categories outlined in the pricing schedule, with rates capped at a certain number of decimal places. Key dates and timelines are outlined for the fair opportunity competition process, with response deadlines and an expected five-year maximum period of performance for awarded task orders. The government plans to award task orders based on best value, considering past performance, compliance, management capability, and transition planning. This file provides an overview of the procurement process, with further details expected in subsequent task order requests. The emphasis is on the maintenance services required and the competitive evaluation process.
    The government seeks to procure contract field team services for labor augmentation support under a multiple award indefinite delivery/indefinite quantity (ID/IQ) contract. The primary objective is to obtain a rapid deployment workforce for maintenance and repair tasks at various government locations worldwide. These services include aircraft, engine, and vehicle maintenance, as well as support for aviation equipment and specialty coatings. The focus is on rapid response, with transitions expected within 30 days for CONUS and 90 days for OCONUS locations. To meet these requirements, the government will utilize a Highest Technically Rated Offerors (HTRO) approach, prioritizing technical merit over cost. Offerors must provide current AS9100D certification and detailed work samples demonstrating their ability to meet technical standards. The HTRO evaluation matrix covers areas like recency, relevancy, and performance quality. Both small and large businesses can compete, with a partial set-aside for small businesses applying to smaller task orders. The scope entails maintaining facility clearances, providing adequate manning, and achieving small business participation goals. The past performance of key personnel may also be evaluated. Offerors must submit a Past Performance Volume, and the government will verify this information with customer questionnaires. The contract will be a firm-fixed-price model, with funding obligated per task order. Critical dates include the submission deadline and a 365-day proposal acceptance period. Evaluation criteria weight technical merit and past performance, with recency and relevancy as key factors.
    The primary objective of procurement in this file is to obtain Contract Field Team (CFT) Labor Augmentation Support Requirements (LASR) for the US Air Force, as indicated in RFP FA8108-24-R-B001. Offerors must use the PPI Tool to submit relevant performance information. The focus is on enhancing contractor support for field teams, with the potential for long-term engagement. Successful bidders will provide a comprehensive solution for labor augmentation, ensuring seamless integration and high performance.
    The primary objective of this RFP is to procure labor augmentation support services for the government's Contract Field Teams (CFT). The focus is on obtaining highly skilled personnel to bolster CFT capabilities. This is a two-pool procurement, with one pool dedicated to small businesses and the other to full and open competition, based on the number of Full Time Equivalents (FTE). The government seeks to award Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, with a potential maximum value of $7.09 billion across both pools. Notably, there is a stated minimum guaranteed order of $500 for each awarded contractor, encompassing a virtual post-award conference. Evaluation of proposals will be based on several factors. Factor 1 is a pass/fail evaluation of AS9100D Certification. Factor 2, Technical, comprises two subfactors: a self-scoring matrix and a small business participation commitment document. Factor 3 assesses past performance. Offerors are expected to provide recent, relevant work samples and narratives for validation. Key dates and timelines are not explicitly mentioned in the provided file, and the focus appears solely on the evaluation criteria and procurement process. According to the file, the competitive range determination and potential discussions might affect the timelines. Offerors must meet technical specifications and submit proposals that conform to the stringent requirements outlined in the solicitation. The government reserves the right to reject proposals that fail to meet these standards. Pricing evaluation will occur at the task order level.
    The government agency seeks a highly rated contractor to provide facility clearance, administrative, and technical support services. The primary goal is to obtain a comprehensive range of maintenance and support services for various defense and commercial platforms. These services include aircraft, drone, and vehicle maintenance, along with clearance and administrative support. The organization will utilize a scoring matrix to evaluate offerors based on their experience and capabilities, with a minimum technical threshold rating of 40,000 points for consideration. Eligible bidders must submit their scoring matrices, demonstrating their ability to meet the specified evaluation criteria to be eligible for award consideration. Key evaluation factors include the number of Full-Time Equivalents (FTEs) on previous contracts, transition capabilities, and expertise in maintenance and support activities across diverse locations. Offerors can expect a rigorous evaluation process, with the government adjusting scores downward if necessary. Critical dates and other administrative details are not explicitly mentioned in the provided information.
    The document appears to contain information on technical requirements and instructions for handling and viewing the enclosed content. It also includes references and links to upgrade options for software like Adobe Reader to ensure compatible viewing of the document's full contents. The focus seems to be on ensuring the accessibility and proper display of the enclosed information rather than specifically detailing any procurement objectives.
    Solicitation No. N62742-19-R-1199 seeks a comprehensive proposal for managed information technology (IT) services. The primary objective is to obtain efficient IT support and solutions for the government's needs. Offerors are expected to provide relevant work samples and detailed narratives showcasing their ability to meet specific technical requirements. The government requires rigorous validation of self-scored performance metrics in key areas, emphasizing HTRO services. Offerors must provide documentation for any teaming arrangements, including affiliations and subcontracting details. This documentation ensures a clear understanding of the resources and commitments involved. Key dates include the proposal suspense date, extended to September 9, 2024, allowing offerors adequate time for a thorough response. Evaluation of proposals will consider the quality of the offered IT solutions, including the experience and capabilities of the offeror and their subcontractors. The government clarified past performance evaluation processes and expectations in response to questions. This solicitation seeks capable vendors to manage and enhance the government's IT infrastructure, with a focus on efficiency, security, and robust performance.
    The government seeks rapid labor augmentation services for aircraft maintenance, encompassing various tasks. This procurement emphasizes AS9100D certification and past performance evaluation. Offerors must demonstrate AS9100D compliance and provide detailed work samples and narratives validating their capabilities. The government will assess recency, relevance, and performance quality in reviewing past performance information. Critical dates include the extended proposal deadline of August 26, 2024, and questions about the solicitation can be directed to the designated points of contact. The government reserves the right to clarify or amend the solicitation as needed. Evaluation criteria weightings include Factor 1: AS9100D Certification (15%), Factor 2: Technical (35%), and Factor 3: Past Performance (50%). A key focus is on the maximum number of full-time equivalents (FTEs) transitioned within specific timeframes, with a CONUS limit of 100 FTEs and an OCONUS limit of 50 FTEs per task order. Vendors must adhere to strict formatting guidelines for volume submissions, with each volume focusing on specific information. Volume II contains work samples and narratives, while Volume III includes past performance data. This procurement's scope involves providing rapid response maintenance services, with an emphasis on aircraft engines, modules, and related components. The contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity arrangement, offering a significant contract value. Vendors must possess the necessary certifications and adhere to the specified quality management system requirements.
    The government seeks rapid labor augmentation services for aircraft maintenance, encompassing various tasks. This procurement emphasizes AS9100D certification and past performance evaluation. Offerors must demonstrate AS9100D compliance and provide detailed work samples and narratives validating their capabilities. The government will assess recency, relevance, and performance quality in reviewing past performance information. Critical dates include the extended proposal deadline of August 26, 2024, and questions about the solicitation can be directed to the designated points of contact. The government reserves the right to clarify or amend the solicitation as needed. Evaluation criteria weightings include Factor 1: AS9100D Certification (15%), Factor 2: Technical (35%), and Factor 3: Past Performance (50%). A key focus is on the maximum number of full-time equivalents (FTEs) transitioned within specific timeframes, with a CONUS limit of 100 FTEs and an OCONUS limit of 50 FTEs per task order. Vendors must adhere to strict formatting guidelines for volume submissions, with each volume focusing on specific information. Volume II contains work samples and narratives, while Volume III includes past performance data. This procurement's scope involves providing rapid response maintenance services, with an emphasis on aircraft engines, modules, and related components. The contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity arrangement, offering a significant contract value. Vendors must possess the necessary certifications and adhere to the specified quality management system requirements.
    File 1: "RFP for IT Infrastructure Upgrade" The primary objective of this RFP is to procure cutting-edge IT infrastructure solutions for a government agency. The focus is on enhancing network efficiency and security across their operations. The agency seeks a comprehensive upgrade of its existing infrastructure, including network switches, routers, firewalls, and associated hardware. The agency requires a high level of technical expertise, with specific experience in network design, implementation, and cybersecurity. The RFP outlines strict performance specifications and mandates compliance with various industry standards. Successful vendors will need to provide detailed implementation plans and demonstrate the ability to execute seamless upgrades with minimal disruption. The scope of work involves the design, installation, testing, and support of the new infrastructure. Vendors will be responsible for configuring and integrating the advanced network security solutions into the agency's existing systems. The project timeline is estimated at approximately six months, with strict deadlines for each phase. Contract details are not provided in the file, but the agency encourages responsive and responsible bidding, indicating a competitive procurement process. Interested vendors must submit proposals by the stated deadline, with evaluations primarily focused on technical merit and past performance. File 2: "Grants for Community Development Programs" This file pertains to a federal grant program aimed at empowering community development initiatives. The primary purpose is to provide financial support to local organizations and communities aiming to enhance economic opportunities and community cohesion. The focus is on funding innovative projects that address specific social challenges, such as homelessness, poverty, and lack of essential services. Grant applications should detail clear objectives, measurable outcomes, and sustainable impact in the respective communities. The evaluation criteria emphasize the potential for long-term positive influence and the viability of the proposed initiatives. Demonstrated success in managing previous community development projects is also a key consideration. The grant program has an allocated budget of $X million, with individual grants ranging from $100,000 to $500,000. This information is provided as an indication of the available funding, and applicants are free to propose projects with varying budget requirements within this range. Key dates include an upcoming information session for prospective applicants and a strict submission deadline approximately three months later. The review process is expected to conclude within two months of the submission deadline. File 3: "Local RFP for Waste Management Services" This RFP issued by a municipal government seeks efficient and sustainable waste management services. The main objective is to procure comprehensive waste collection, recycling, and disposal solutions for the city, focusing on reducing environmental impact. The city aims to improve its waste management practices by adopting innovative and cost-effective strategies. The RFP outlines the specific requirements for waste collection vehicles, equipment, and recycling infrastructure. Vendors are expected to detail their capabilities in implementing cost-efficient and environmentally friendly solutions. The proposed solutions should also include a digital tracking system for real-time waste management data. The scope of work encompasses daily trash collection, special waste disposal, and the setup of recycling programs. Vendors must provide a detailed operational plan for these services and demonstrate their ability to maintain a high level of cleanliness and environmental compliance in urban areas. The contract is anticipated to be a multi-year agreement, with the potential for extensions. The evaluation of proposals will prioritize cost-effectiveness, environmental sustainability, and past performance in similar urban settings. Price, while a consideration, is not the primary factor in the decision-making process. Interested vendors must submit their proposals by the specified deadline, after which a thorough evaluation process will commence. The city aims to award the contract by the beginning of the new fiscal year.
    Here are the summaries for each file, emphasizing the key details of what's being procured: 1. **DI-MGMT-80004A**: The government seeks a Management Plan from contractors. This plan should outline their organizational structure, duties, and responsibilities for managing contractually obligated tasks and projects. It should also cover their approach, methodology, and staffing for achieving contractual commitments. The focus is on effective management and reporting, ensuring the contractor can deliver organizational and technical expertise. 2. **DI-MGMT-80368A**: Procuring a detailed Status Report is the aim. Contractors must provide a comprehensive update on their progress toward contractual objectives. The report should highlight accomplishments, difficulties, and comparisons to planned goals. This allows the government to closely monitor the contractor's performance and stay informed about the status of milestones, tests, and problem resolutions. 3. **DI-MGMT-81642**: The Small Business Subcontractor Report is required, detailing the costs and tasks performed by small businesses involved in scheduled availabilities. The focus is on ensuring compliance with small business requirements and providing an accurate financial overview. 4. **DI-MGMT-81468A**: Contractors will provide a Contract Funds Status Report (CFSR) using the DD Form 1586. This report is crucial for monitoring contract funding, including authorized and forecasted expenses, as well as actual expenditures. The CFSR offers a comprehensive view of the contract's financial health and any potential funding gaps or surpluses. 5. **DI-MGMT-81911**: The Work Management Plan is desired, which helps the government understand the contractor's planning and preparation for various contract tasks. It entails detailed sections on certification, purpose, executive summary, applicability, responsibilities, and procedures. The plan ensures a well-structured and organized approach to managing the work. 6. **DI-MISC-80508B**: Contractors are required to submit a Technical Report–Study/Services, a comprehensive document presenting the results of studies or analyses performed under the contract. It should include an introduction, summary of findings, conclusions, and detailed analytical methodologies. This report allows the government to assess the technical expertise and outcomes of the contracted work. 7. **DI-QCIC-81794A**: The procured item is a Quality Assurance Program Plan (QAPP), which ensures that contractors implement an effective quality management system. It should conform to SAE AS9100 standards and provide measurable quality objectives. The QAPP is crucial for maintaining the integrity and quality of the products and processes involved in the program. Each file emphasizes the government's focus on effective management, detailed reporting, and quality assurance. These aspects are key to ensuring successful procurement and delivery of the required goods and services.
    The U.S. Air Force issues a solicitation for labor augmentation support services, seeking a diverse range of personnel to enhance its workforce. This indefinite-quantity contract aims to address a broad spectrum of requirements, offering flexibility in ordering various labor categories. The primary objective is to procure firm-fixed-price and time-and-materials labor services, including overtime and surge options, with a focus on ensuring quality and timely performance. The contract encompasses a five-year period of performance, during which the government can issue individual orders for specific tasks. The work encompasses diverse tasks, ranging from fixed labor services and overtime to travel arrangements and transition support, with a notable emphasis on adhering to quality standards like AS9100D. Offerors are expected to propose valid pricing structures, ensuring compliance with the specified standards. Critical dates include a submission deadline of 5:00 PM local time on July 25, 2024, with evaluations centered around the proposed costs and their compliance with the specified requirements. This solicitation represents a significant contracting opportunity for businesses to contribute to the Air Force's labor augmentation needs, offering potential awards valued in the billions.
    The government seeks labor augmentation support services through this indefinite-quantity contract. The primary objective is to obtain a flexible and responsive solution for various labor requirements, offering a range of pricing arrangements. These include firm-fixed prices for labor, overtime, surge, and transition, as well as cost-no-fee structures for contingency access and contingency support. The contract envisions a five-year period of performance, with potential extensions. The Performance Work Statement (PWS) outlines key tasks, emphasizing the need for rapid response and contingency support. Offerors must provide a comprehensive proposal valid for a 365-day acceptance period. Evaluation criteria will assess technical merit, past performance, and cost effectiveness, among other factors. Important dates include a question submission deadline of July 19, 2024, and a subsequent offer submission deadline of August 26, 2024. The contract's estimated value is approximately $7.009 billion over its lifespan.
    The primary objective of this defense procurement is to obtain labor augmentation support services for the CFT Labor Augmentation Support Requirement (LASR) program. The LASR program seeks experienced personnel to enhance its workforce in various roles. The contract is contemplated as an Indefinite Quantity contract, with a potential value of over $7 billion for all task orders. The government requires contractors to provide personnel for diverse tasks, including fixed and variable labor, overtime, surge support, and cost-no-fee activities. The work involves technical support, with specific qualifications and certifications, and may include travel. Contractors must comply with AS9100D quality standards and tax exemption provisions for services rendered in Italy. Critical dates include a submission deadline of August 26, 2024, with a proposed contract period from September 2025 to August 2030, extendable to 2035. The evaluation of proposals will consider factors such as the offered labor rates, quality control measures, and compliance with tax and labor laws. This procurement seeks to onboard capable contractors for a comprehensive labor support solution, offering a potential five-year engagement with the possibility of extensions.
    The primary objective of this amended solicitation is to procure services related to the CFT LASR program, extending the response deadline and establishing a cutoff for question submissions. The focus is on acquiring indefinite quantity support services, emphasizing a competition-based approach with a total program ceiling of over $7 billion. Contractors must submit proposals by the new deadline, valid for acceptance for a period of 365 days. This solicitation seeks responses from both Full and Open Competition Pool and Small Business Competition Pool candidates. Offerors are required to acknowledge the amendment and submit questions by the specified cutoff date. The contracting officer, Ryan McCabe, can be contacted for further clarification.
    The amendment extends the submission deadline for offers outlined in the solicitation. It incorporates several changes into the solicitation, including emphasizing that funds are currently unavailable and that the procurement is an Indefinite Quantity solicitation with a maximum contract value of $7.009 billion. Offerors should note that their proposals should have a 365-day acceptance period and apply appropriate FOB terms. Several clauses and attachments are added or deleted, including the addition of a performance work statement and contract administration details. Importantly, it clarifies that the change order is issued under the authority of FAR 43.103(b), focusing on administrative changes. Contractors are required to sign the amendment and return copies to the contracting office. The effective date of this amendment is 1 August 2024, and the contracting officer is Ryan McCabe.
    Similar Opportunities
    C5M TES- Technical Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Technical Engineering Services (TES) to support the C-5M Super Galaxy aircraft under contract FA8525-24-R-0001. The primary objectives include providing sustaining engineering services such as conducting engineering investigations, formulating deficiency resolutions, and ensuring the operational readiness of the aircraft through various programs, including the Aircraft Structural Integrity Program (ASIP) and Corrosion Prevention and Control Program (CPCP). This initiative is crucial for maintaining the aircraft's life cycle and operational capabilities, directly impacting the U.S. Air Force's global mobility missions. Interested contractors must have a security clearance of "Secret" and are encouraged to contact Alisha Foster or Erica Martin via email for further details, with the performance period expected to span from July 25, 2024, to July 24, 2029, and a potential six-month extension.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The tension regulators are essential for maintaining consistent cable tension in flight control systems, underscoring their importance to aviation safety and mission capability. Interested parties must submit their proposals by September 23, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline or Phillip Russell via email for any inquiries regarding the solicitation.
    VSFB CNC Machine Preventive Maintenance Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for preventive maintenance services for CNC machines at Vandenberg Space Force Base in California. This procurement, identified by Request for Quote Number FA4610-24-Q-0045, aims to maintain five specific Haas CNC machines to ensure their optimal operational performance, which is critical for the Training Device Design & Engineering Center. The contract, set aside for small businesses with a total award amount capped at $12,500,000, is expected to commence on October 23, 2024, and run through September 23, 2025. Interested contractors must submit their proposals by September 13, 2024, at 12:00 PM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or SrA Johnny G. Barreto at johnny.barreto@spaceforce.mil.
    Remanufacture of the F-16 Sieve Bed Set
    Active
    Dept Of Defense
    The U.S. Air Force is seeking a contractor to remanufacture F-16 Sieve Bed Sets, a critical safety component in producing oxygen-enriched gas, through a firm-fixed-price contract with a potential two-year extension. Contractors must provide all necessary materials and expertise to restore these sets to a like-new condition, adhering to strict military standards. The Air Force anticipates awarding the 5-year contract, worth an estimated $585,000 per year, to Cobham Mission Systems Davenport. The solicitation requires prospective vendors to meet stringent packaging and transportation standards, including military packaging and preservation guidelines, and international regulations aimed at preventing the spread of invasive species. Contractors must also comply with detailed reporting obligations, such as Commercial Asset Visibility reporting, to ensure transparency in the maintenance process and effective asset management. These sieve bed sets are vital for Air Force operations, playing a critical role in aircraft functionality. The successful contractor will face a rigorous quality assessment process and tight delivery timelines, reflecting the urgent need for these sets in maintaining Air Force capabilities. Interested parties should contact Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at David.ORourke@us.af.mil for further details. The solicitation period begins on August 29th, 2023, and interested vendors should carefully review the current requirements at http://assist.dla.mil to ensure compliance and avoid any risks associated with outdated information.
    C-5 Training Cargo Loads
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small business concerns for the design, production, and delivery of C-5 Training Cargo Loads under solicitation number FA3016-24-Q-5154. The primary objective is to create training cargo loads that replicate Aircraft Ground Equipment (AGE) commonly used in USAF cargo operations, with delivery required at Joint Base San Antonio-Lackland, Texas. This procurement is crucial for enhancing the operational training capabilities of the Air Force, ensuring that personnel are adequately prepared for real-world scenarios. Interested vendors must submit their quotes by September 13, 2024, and direct any inquiries by August 30, 2024, to Thomas Farrell at thomas.farrell.5@us.af.mil, as this opportunity is a total small business set-aside under NAICS code 336413.
    F-16 Fixture Assembly
    Active
    Dept Of Defense
    The U.S. Department of Defense is seeking a firm to provide comprehensive packaging and preservation services for the F-16 Fixture Assembly, a complex project involving meticulous standards and specialized equipment. The aim is to ensure the safe transportation and delivery of goods, adhering to military and international regulations. This solicitation focuses on the packaging, marking, and inspection of sensitive materials, including hazardous goods, according to standards such as MIL-STD 2073-1 and MIL-STD 129. The selected contractor will be responsible for developing innovative packaging solutions, ensuring compliance, and reporting any discrepancies. While the SOW emphasizes the meticulous nature of the work, including stringent deadlines, the RFP outlines a rigorous qualification process for vendors, emphasizing the government's focus on precision and compliance. Contractors must meet the detailed specifications outlined in the source selection criteria, with eligibility also dependent on successful facility and capability assessments. Interested parties should submit quotations by September 9, 2024, with compliance and price being key evaluation factors. Note that this opportunity is not a small business set-aside and restricted to qualified sources only. The estimated value of the contract is in the range of several hundred thousand dollars.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    C-5 Hump Panel Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the assembly and provision of C-5 Hump Panel Kits, aimed at supporting modifications for the C-5 Super Galaxy aircraft. The contract requires the contractor to manufacture and deliver 52 kits, which include various aerospace components and materials, adhering to strict technical specifications and quality controls. This procurement is crucial for enhancing the operational readiness and safety of the C-5 fleet, ensuring compliance with military standards. Interested small businesses must submit their proposals by September 16, 2024, to the primary contacts Caroline Thrower and Benjamin Morris via their provided emails.
    361 TRS Fuels CTK Replacement
    Active
    Dept Of Defense
    The Department of the Air Force is soliciting proposals for the replacement of the 361 TRS Fuels CTK at Sheppard Air Force Base in Texas through a Request for Quotation (RFQ) identified as FA302024Q0099. The procurement specifically seeks brand-name Snap-on tools to enhance the quality and reliability of training and maintenance for the Aircraft Fuel Systems Apprentice Course, as current tools are inadequate. This initiative is critical for ensuring operational readiness and effective training, with a total small business set-aside under NAICS code 332216, which has a size standard of 750 employees. Interested vendors must submit their proposals via email by 2:00 PM CST on September 11, 2024, and all inquiries should be directed to the primary contact, Kayla Freeman, at kayla.freeman@us.af.mil or 940-676-4308.
    Fuselage and Wings/Tails Trailer Painting Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Firm Fixed Price contract to provide painting services for fuselage and wings/tails trailer parts and assemblies for MQ9 trailer production at Wright-Patterson Air Force Base in Ohio. The contractor will be responsible for completing the painting within 15 business days of receiving the parts, adhering to strict military standards for quality and durability as outlined in the Performance Work Statement and accompanying specifications. This procurement is part of the Air Force's initiative to support small businesses, with a total small business set-aside, and proposals are due by 1:00 PM Eastern on September 11, 2024. Interested parties should direct their proposals to Christy Delk and Rebecca Rash via email, ensuring compliance with submission guidelines to avoid rejection.