Skip to main content

An official website of the United States government

You have 2 new alerts

C-LGIP On-Ramping

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 03, 2025 08:53 am MST
  • Original Response Date: Mar 05, 2025 01:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 20, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Hill Air Force Base , UT 84056
    USA

Description

SOURCES SOUGHT

For

Landing Gear Engineering Services

Request Number: FA8203-25-R-ATLAS

NAICS:  541330

Classification Code: R – Professional, administrative, and management support services

NOTICE:  This is not a solicitation but rather a Sources Sought to determine potential sources for information and planning purposes only.

The purpose of this Sources Sought is to conduct market research to determine if additional qualified sources exist for landing gear engineering services to initiate an “open season” to add new contractors to the C-LGIP Basic Contract in support of 417 SCMS/GUEA. The proposed North American Industry Classification Systems (NAICS) code is 541330, which has a corresponding size standard of $25.5 million. The Government is interested in all sources and all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUB-Zone, and Woman-Owned small business concerns. The Government requests that interested parties respond to this notice and identify your small business status in relation to the aforementioned NAICS code, if applicable. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers within the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime contractor and the work that will be accomplished by the teaming partners. The Government will use this information for acquisition planning purposes.

The AFMC AFSC OL:H/PZAAB Contracting Office, Hill AFB, UT is conducting market research to identify potential candidate firms for the following requirement:

a. The Landing Gear Office, AFMC 417 SCMS/GUEA, has existing indefinite delivery - indefinite quantity (IDIQ) contracts to provide engineering services in support of USAF landing gear systems. The contract has three awardees, as well as an on-ramp clause to add additional offerors as needed.  This market research is being conducted to determine if there are additional sources who would be both interested and qualified to participate in these landing gear engineering services.  Landing Systems include: landing gear structures, rolling stock (wheels and brakes), antiskid systems, materials development/characterization, processes (e.g. Depot repair processes), business data (e.g. management of systems integration). It is noted that this requirement is not for the manufacture or repair of parts; it is for engineering services only.

b. The engineering services provided in the contract are to support specific objectives which are generally built around landing gear integrity, mission safety, improving system life cycle cost, operational capability and performance, sustainment including maintainability and support, and safety and environmental friendliness. These engineering services efforts are in the areas of new design, technical documentation, diminishing material and manufacturing sources, environmental improvement issues, reliability, productivity, efficiency, and cost savings. This particular requirement does not include repair work nor production runs.

c. The minimum mandatory personnel requirements and required experience for the subject landing gear engineering services IDIQ contract are outlined in the attached Tables 1 and 2.

d. The remaining ordering period on the IDIQ is 16 years, with a period of performance for each order placed not to exceed FY 2040.

Interested parties who feel they possess the necessary capabilities should respond by providing the Government the following information: a point of contact, address, telephone, email address, IUID, cage code, and/or tax ID number, as well as size category (large, small, small disadvantaged, etc), a brief summary of the companies capabilities, description of facilities, personnel, related landing gear engineering services experience, and an initial white paper (not to exceed 3 pages) describing the respondent’s capabilities to provide engineering services in support of USAF landing gear systems.  If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet the criteria specified herein as well.

All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities. 

This sources sought is to identify engineering services in support of USAF landing gear systems.  The AFMC AFSC OL:H/PZAAB Contracting Office, Hill AFB, UT is requesting all potential responders submit their responses to this sources sought.

Please send all correspondence to the following: Christina Witt via email at christina.witt.2@us.af.mil,  and Jayson Skow via email at jayson.skow@us.af.mil

PLEASE SEE ATTACHED FILE FOR:

Table 1 - Minimum Mandatory Personnel (Core Staff)

Table 2 - Required Experience

Contact Information

Primary Point of Contact

Secondary Point of Contact





History