Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
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 (Updated)
- Updated Published Date: Apr 26, 2024 04:21 pm EDT
- Original Published Date: Mar 27, 2024 01:50 pm EDT
- Updated Response Date:
- Original Response Date:
- Inactive Policy: Manual
- Updated Inactive Date: May 26, 2024
- Original Inactive Date: Apr 17, 2024
- Initiative:
- None
- Recovery and Reinvestment Act
Classification
- Original Set Aside:
- Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
- NAICS Code:
- 488190 - Other Support Activities for Air Transportation
- Place of Performance:
Description
SYNOPSES OF PROPOSED CONTRACT ACTION IAW FAR 5.201 - PROPOSALS ARE NOT REQUESTED AT THIS TIME.
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. NOTHING IS DUE AT THIS TIME. This Sources Sought Notification (SSN) is in support of Market Research being conducted by the United States Air Force (USAF) to notify interested capable prime contractors or subcontractors that Request for Information (RFI) to perform on C-12 Contractor Logistics Support (CLS) is forthcoming with more details. This is NOT a Request for Proposal (RFP) or solicitation.
The Air Force Life Cycle Management Center (AFLCMC) Executive Airlift Division, Tinker AFB OK, seeks to specifically identify capable sources under NAICS Code 488190 and other firms that may be capable of providing all or portions of CLS services for the C-12 aircraft fleet. The Government plans to issue RFI to inquire industry feedback on areas identified below to support development of the requirement and overall strategy for this potential contract.
Program Description: The C-12 platform provides diplomatic and special duty support for the Defense Intelligence Agency (DIA) and Defense Security Cooperation Agency (DSCA); passenger/cargo/medevac support for Pacific Air Force at Yokota AFB, Japan and Elmendorf AFB, AK; and test support at 586FLTS Holloman AFB, NM and 412TW Edwards AFB, CA.
Fleet size and Place of Performance: The program currently includes thirty (30) C-12 aircraft (models C/D/F and J) at three (3) continental United State (CONUS) locations and seventeen (17) outside continental United States (OCONUS) locations. Additional aircraft and sites/locations could be added/changed/deleted over the life of the contract.
Description of Required C-12 Services:
1. Contractor Logistics Support
- perform schedule and unscheduled maintenance by employing the required qualified personnel
- maintain the fleet in an FAA airworthy status,
- perform aircraft inspections (field and depot level),
- conduct landing and recovering duties,
- troubleshoot/repair in-flight discrepancies,
- replace faulty aircraft components,
- overhaul faulty components at FAA certified repair facilities/stations,
- maintain support equipment and aerospace ground equipment in a serviceable condition, and
- perform aircraft paint and provide engine repair and overhaul at FAA certified engine overhaul repair facility
2. Supply Support
- identify, procure, stock, store and issue common and peculiar spare parts, components, consumables and bench stock for the aircraft systems, subsystems, engines, landing gear and test/support equipment,
- maintain contractor owned spares and support equipment through a Contractor Owned and Maintained Parts (COMP) at each site, and
- ship and receive supply items through international customs in a timely manner
Duration of the Contract Period: The ordering period under this proposed contract shall be from initial contract award through each exercised option period for a maximum contract length of 10 years (which includes the possible extension of services up to six months IAW FAR 52.217-8.) The minimum required performance for this contract is the Base Period/Phase-in of one year. Total ordering period of this contract is subject to the availability of funds. Electronic procedures will be used for this solicitation.
Contract Line Item Number (CLIN): CLIN structures will be within the RFP that will be posted on SAM.gov in the future.
Technical Data: The Government will not furnish the technical data required for performance of C-12 CLS contract with the forthcoming solicitation. Instructions for requesting/obtaining access to such data will be made available through https://www.sam.gov in the solicitation.
This is SSN. RFI is forthcoming and nothing is due at this time. Please send questions to hiwot.tamirat@us.af.mil, jennifer.petrusawich@us.af.mil, and grace.mcginnis.1@us.af.mil
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 2216 3001 STAFF DRIVE STE 1AG1104A
- TINKER AFB , OK 73145-3303
- USA
Primary Point of Contact
- Hiwot Tamirat
- hiwot.tamirat@us.af.mil
Secondary Point of Contact
- Jennifer Petrusawich
- jennifer.petrusawich@us.af.mil
History
- May 30, 2024 12:06 pm EDTPresolicitation (Original)
- May 26, 2024 11:55 pm EDTSources Sought (Updated)
- Apr 17, 2024 11:55 pm EDTSources Sought (Updated)
- Mar 27, 2024 03:13 pm EDTSources Sought (Updated)
- Mar 27, 2024 01:50 pm EDTSources Sought (Original)