DRAFT: Avionics Sustainment and Support Program
ID: FA822024RB007Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8220 AFLCMC WLDKAAHILL AFB, UT, 84056-5820, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the T-38 Avionics Sustainment and Support Program (ASSP), which aims to provide comprehensive logistics and engineering support for approximately 442 T-38C aircraft over a potential ten-year period. The procurement will be structured as a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract, focusing on maintaining aircraft operational readiness through contractor responsibilities that include systems engineering, software updates, and training provisions. This program is critical for ensuring the effectiveness of the T-38C aircraft in various training roles, with an estimated maximum contract value of $900 million. Interested contractors are encouraged to submit their proposals in accordance with the outlined requirements, and should direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or Mark Parker at mark.parker.12@us.af.mil, with the official solicitation expected to be posted under a new solicitation ID in the near future.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the T-38C Avionics Sustainment Support Program (ASSP) by the United States Air Force, detailing contractor responsibilities for logistics support, systems engineering, software updates, and training provisions to ensure the T-38C aircraft remain operational and effective in various training roles. The contract spans five years, with an option for an additional five, focusing on maintaining aircraft and training systems in conjunction with engineering updates while ensuring compliance with technical specifications. KEY POINTS include the contractor's obligations to meet performance metrics, manage inventory, execute administrative functions, and maintain comprehensive documentation and reporting systems. The emphasis is on continuous improvement of aircraft readiness through a collaborative approach involving both government and contractor teams. Additionally, the document addresses transition responsibilities, data management, commercial small business involvement, and metrics for performance evaluation. Strict adherence to project timelines and a structured schedule for key meetings and reporting are highlighted, showcasing the program’s complexity and commitment to mission success in pilot training.
    The T-38C Avionics Sustainment & Support Program (ASSP) Contractor Logistics Support (CLS) RFP outlines the government's intent to award a single Indefinite Delivery/Indefinite Quantity contract to sustain and manage avionics services for approximately 442 T-38C aircraft across multiple locations. The contract, spanning five years with an option for an additional five, emphasizes best value through tradeoffs between past performance and price. Offerors must submit detailed technical proposals that align with Performance Work Statement (PWS) requirements, including methods for supply chain management, program management, and technical performance. A comprehensive evaluation will consider the accuracy and relevance of past performance, requiring precise documentation from subcontractors and a commitment to small business utilization. Key components of the proposal, such as pricing information, must be separately detailed and supported with logical justifications. Offerors must ensure compliance with defined formatting, submission processes, and pages limits, as any discrepancies may result in ineligibility for award. This document serves as guidance for prospective contractors in preparing competitive proposals that meet government standards while adhering to procurement regulations.
    This document outlines the evaluation factors for award under a government procurement process utilizing Tradeoff Source Selection procedures. The acquisition aims to select a single contractor based on the best value, integrating assessments of technical proposals (Factor One), past performance (Factor Two), and price (Factor Three). Technical acceptability is a prerequisite for evaluation, with past performance deemed significantly more important than price. Proposals are rated as acceptable or unacceptable based on compliance with solicitation requirements, and technical subfactors include program management, contractor logistics support, DMSMS management, and software applications support. The evaluation of past performance focuses on the contractor's ability to meet user needs, with ratings ranging from substantial confidence to no confidence. Price evaluations consider reasonableness, balance, and realism, ensuring proposed prices do not pose risks to performance. The document emphasizes the importance of compliance with solicitation terms and the potential for discussions with offerors. Ultimately, the government retains the discretion to award or forgo contracts based on proposal quality and funding availability. This structured evaluation process ensures that the awarded contractor aligns with government standards and operational needs.
    The document outlines the requirements and pricing structure for a Contract Logistics Support (CLS) program, specifying performance periods for multiple delivery orders scheduled from April 2026 to March 2036. It establishes a Total Evaluated Price (TEP) format with indicated variables for labor costs and fixed fees across several defined labor categories, including aerospace and electronic engineering roles. The document highlights essential elements such as minimum flight hour reimbursement rates, management and engineering services, cost for materials, and guidelines for out-of-cycle modifications. Specific paragraphs provide the governing details for costs associated with factors like program management, overtime, and transition phases. An important note indicates that indirect rates will be adjusted annually, while labor rates must be fully populated and justified, maintaining compliance with federal regulations. The overall aim is to ensure clarity in pricing and service requirements for prospective contractors engaging with the government under the CLS contract framework, emphasizing detail-oriented and regulatory-compliant responses. This encapsulation is critical within the neutral government RFP context, aiming to ensure efficiency and effectiveness in procurement practices.
    The document outlines the RFP FA822024RB007, concerning the Avionics Sustainment Support Program, as a rated order under the Defense Priorities and Allocations System. Issued by the Air Force Life Cycle Management Center, it includes specifics about submission processes, evaluation factors, and detailed pricing tables for various performance tasks, ensuring compliance with federal regulations. The contract encompasses multiple Contract Line Item Numbers (CLINs), detailing services like program management, support labor, engineering services, and material costs, with a total estimated maximum contract value of $900 million. Each CLIN specifies pricing arrangements—primarily firm fixed-price or cost-plus, alongside performance period details from January 2026 to January 2036. Additionally, it emphasizes contract administration data and specific guidelines for submission of invoices and delivery schedules. The RFP aims to engage contractors in supporting essential avionics systems, ensuring operational readiness and logistical efficiency in the U.S. Air Force. This structured procurement process highlights the government's commitment to transparency and effective outsourcing in defense operations.
    The government document outlines questions and responses related to the Acquisition and Sustainment Support Program (ASSP) for the T-38 training aircraft. Key topics include clarifications on the solicitation's performance periods, statement of work requirements, contractor responsibilities, and the contractor's obligations for training and configuration management. Important questions raised pertain to definitions of maintenance training, contract baseline considerations, and the provision of technical data required for bids. The government clarified that the period of performance is 5 years with tasks proposed on a year-to-year basis, and emphasized the importance of Technical and Past Performance over cost in evaluating proposals. Adjustments were also made to ensure consistency in operational bases and responsibilities. The document highlights the government's intention to ensure compliance with set performance standards and outlines the criteria for evaluating contractor proposals, emphasizing a thorough understanding of program requirements while also mitigating risks associated with upcoming transitions in training aircraft. Overall, this document serves to clarify the expectations and procedural aspects of the ASSP, facilitating informed participation from potential offerors in the contracting process.
    The document comprises responses to questions posed during the ASSP Industry Days related to a government solicitation for the T-38 avionics support contract. It addresses various aspects of the contract, including performance expectations, definitions, and discrepancies identified in Pre-Work Statements (PWS) regarding the organization, operational requirements, and responsibilities of contractors. Key points include clarifications on contract lines, limitations on configuration changes, and the relationship between contractor roles and government requirements. The document emphasizes the importance of technical capabilities and risk mitigation plans for the ongoing T-38 fleet transition. Additionally, it discusses evaluation methodologies, stressing a shift from Acceptable/Unacceptable ratings to a more nuanced color rating system, which aims to enhance understanding of offeror strengths. The government affirms access to vital data and outlines the conditions for sharing updates between parties involved in the contract, ensuring alignment with current operational standards. This summary encapsulates the essence of inquiries and clarifications crucial for bidders preparing proposals in response to the solicitation, highlighting the government's focus on thorough evaluation and risk management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J85 Engine Repair / Bearings
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the repair of J85 engine bearings used in T-38 aircraft, under a Firm-Fixed Price (FFP) Indefinite Delivery Requirements Type Contract. The contract will encompass a one-year basic period with four optional one-year extensions, focusing on the overhaul, repair, and modification of these critical components to ensure operational readiness. This procurement is vital for maintaining the performance and reliability of the T-38 aircraft, which plays a significant role in Air Force training operations. Proposals are due by October 29, 2024, and interested contractors must be qualified sources in accordance with FAR 52.209-1, with inquiries directed to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.
    T-38 Gearbox Remanufacture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of T-38 Gearboxes, a critical component for military aircraft operations. The procurement aims to restore these gearboxes to a serviceable condition through comprehensive disassembly, inspection, and testing, ensuring compliance with stringent quality assurance standards and regulations. This initiative is vital for maintaining operational readiness and addressing parts constraints impacting mission capabilities. Interested small businesses must submit their proposals by October 7, 2024, and can direct inquiries to Contract Specialist Angel McKenzie at angel.mckenzie.2@us.af.mil or Contracting Officer Angelina Kellett at angelina.kellett@us.af.mil.
    NOM: DIFFUSER, ENGINE RUN WSDC: 42F/ END ITEM: T-38 AIRCRAFT; PR: 7007056853, NSN: 4920-005858959: IAW BASIC DRAWING: IAW BASIC DRAWING NR 76823 6-76203, PART PIECE NUMBER: 6-76203-1
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a diffuser for the T-38 aircraft, identified by NSN 4920-005858959, with a total quantity of 17 units. This solicitation includes a Government First Article Test (FAT) to be completed within 90 days after receipt of order, and the total production delivery schedule is set for 365 days after receipt of order, with inspection and acceptance occurring at the origin. The opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of this procurement for enhancing military aircraft maintenance capabilities. Interested parties must submit their proposals by November 15, 2024, and can obtain the solicitation package via the DIBBS website starting on or about October 16, 2024. For further inquiries, contact Lionel Allamby Jr. at Lionel.Allamby@dla.mil or Katisha Carter at KATISHA.CARTER@DLA.MIL.
    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.
    Solicitation for F404-GE-103 Feasibility of Stall Margin Improvement Studies and Analysis
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for a feasibility study aimed at improving the Stall Margin Remaining for the F404-GE-103 engine used in the T-7A aircraft. The primary objective of this procurement is to enhance the aircraft's operational capabilities, allowing for unrestricted throttle operation up to 45,000 feet, which will improve range and performance for navigation training. This initiative is critical for bolstering the reliability and effectiveness of the T-7 aircraft within the Advanced Pilot Training Program, with a focus on improving aircraft availability, extending engine lifespan, and maximizing safety. Interested contractors should contact Kimberly Thibodeau at (804) 279-2422 or via email at Kimberly.Thibodeau@dla.mil for further details, as the solicitation will not be available on the DLA-BSM Internet Bid Board Systems (DIBBS). The estimated term for the contract is six months, with a total performance period of eight months, including the final report submission.
    T-38/F-5 VALVE SOLENOID
    Active
    Dept Of Defense
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is seeking to procure 28 solenoid valves for aircraft operational needs, identified under the title "T-38/F-5 VALVE SOLENOID." The procurement process requires compliance with various quality assurance standards, Item Unique Identification (IUID) marking requirements, and specific packaging regulations to ensure traceability and adherence to military specifications. These solenoid valves are critical components for aircraft systems, emphasizing the importance of reliability and compliance in national defense operations. Interested vendors must submit their quotations by October 28, 2024, and can contact Lori Lumsden at lori.lumsden.1@us.af.mil or 405-734-0370 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 program, aimed at providing comprehensive product support for the F-16 avionics systems. The contractor will be responsible for managing technical support, logistics, and systems integration to ensure the operational readiness of the United States Air Force and European Participating Air Forces. This initiative is critical for maintaining the reliability and sustainment of avionics systems, particularly in addressing diminishing manufacturing sources and material shortages. Interested parties must submit their proposals by October 1, 2024, with all questions directed to Christian Barwick at Christian.Barwick@us.af.mil or by phone at 801-775-4631.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for the F-15 system, which is critical for both United States Air Force operations and Foreign Military Sales. Interested parties must demonstrate their ability to provide a range of services, including hardware and software design, integration, testing, and support, with submissions due by 4 PM EST on September 16, 2024. For further inquiries, potential respondents can contact Valerie Neff at valerie.neff@us.af.mil or Stacey Carone at stacey.carone@us.af.mil.
    T-6A and/or T-38C Aircraft Cartridges, Initiator, Time Delays, Under Seat Rocket Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of T-6A and/or T-38C Aircraft Cartridges, Initiators, Time Delays, and Under Seat Rocket Motors. This market research aims to assess the availability of responsible sources with the engineering and manufacturing capabilities necessary for producing egress components for these aircraft, which are critical for ensuring pilot safety and operational effectiveness. Interested parties, particularly small businesses including those designated as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, are encouraged to respond with their qualifications and relevant experience by 3:00 PM on September 30, 2024. For inquiries, contact Annette Howard at annette.howard@us.af.mil or call 801-586-4047.
    Aviation Maintenance and Support Services (AMSS)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking contractors to provide Aviation Maintenance and Support Services (AMSS) for its Critical Incident Response Group (CIRG). The procurement aims to secure full-scope fixed and rotary wing aviation support, including field-level maintenance and backshop support for over 100 special mission aircraft across the United States. This contract is crucial for ensuring the operational readiness and safety of FBI aviation resources, which play a vital role in the agency's mission. The anticipated contract value is up to $100 million, with a base period of one year and four optional extension years, and proposals are due by October 22, 2024, at 4 PM EST. Interested parties can reach out to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov for further inquiries.