Skip to main content

An official website of the United States government

You have 2 new alerts

A-29C Transfer and Sustainment

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: Apr 16, 2024 02:17 pm EDT
  • Original Response Date: May 16, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Tucson , AZ 85708
    USA

Description

THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES.  THIS IS NOT A REQUEST FOR PROPOSAL OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

REQUIREMENTS:

The requested support will include returning aircraft to flyable status, ferry flight, parts transfer, and sustainment operations. 
a. Return of three A-29C at Davis-Monthan AFB, AZ to flyable status.
b. Ferry of three A-29C from Davis-Monthan AFB, AZ to Edwards AFB, CA.
c. Packaging and shipping of GFE and parts from Hurlburt AFB, FL to Edwards AFB, CA.
d. Flying operations to start before the end of FY24.
e. Initial Operational Capability is for the support of three A-29C for a total of 200 flying
hours/year.
f. Contract for tiered Contracted Logistics Support (CLS) of A-29Cs for:
(1) 200 flying hours/year for USAF TPS, Edwards AFB, CA.
(2) 500 flying hours/year for USAF TPS, Edwards AFB, CA.
(3) 800 flying hours/year for USAF TPS, Edwards AFB, CA.
(4) 1,450 flying hours/year for USAF TPS, Edwards AFB, CA.

Companies who believe they are able to provide this capability must demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and show that it will be maintained throughout the duration of the effort being solicited. You may also highlight unique data generation techniques used by your company, or areas where modifications can be performed, or the capability can be provided, without technical data provided by the Government or original equipment manufacturer (OEM).  

This Sources Sought is a market research tool being used to determine potential and eligible small and or other than small business firms capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Any future contract actions that the Government may intend to procure will be synopsized on the Government wide Point of Entry (GPE) as applicable in accordance with FAR 5.201(b).

SUBMISSION DETAILS

Interested businesses shall submit a brief unclassified capabilities statement package demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Font shall be 11.5-sized Times New Roman with 1-inch page margins.

The capability statement package shall be sent via email to nicholas.costides@us.af.mil. Questions or comments regarding this notice may be addressed nicholas.costides@us.af.mil. All responses shall include Company Name, Company Address, Company CAGE Code, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.

Contact Information

Contracting Office Address

  • CP 937 713 6290 2690 LOOP ROAD WEST BLDG 556
  • WRIGHT PATTERSON AFB , OH 45433-7148
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 17, 2024 11:55 pm EDTSources Sought (Original)