CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Original)
- Original Published Date: Apr 29, 2022 11:24 am CDT
- Original Date Offers Due: Jun 01, 2022 01:30 pm CDT
- Inactive Policy: Manual
- Original Inactive Date: May 11, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Houston , TX 77058USA
Description
NASA/Johnson Space Center (JSC) plans to issue a Request for Proposal (RFP) for the CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) solicitation for aircraft at JSC based at Ellington Field in Houston and at El Paso, Texas; Langley Research Center (LaRC), Hampton, Virginia; Goddard Space Flight Center, Wallops Flight Facility (WFF), Wallops, Virginia; and other remote sites, domestic and foreign, where services are required. The proposed services will include flight operations, maintenance, repairs, alterations and engineering services for a variety of airframes, engines, appliances and support equipment at the various locations. There will also be unique services, which include three-tier aircraft maintenance (operational, intermediate, and depot) on the NASA T-38 fleet, the WB-57F fleet, Gulfstream Aircraft, and the Airbus Industries Super Guppy Transport. Additionally, the WB-57 and the Super Guppy require complete supply chain maintenance. LaRC’s aircraft currently include the Beechcraft King Air B200, Beechcraft UC-12B Huron, Cessna 206, Cirrus SR-22, HU-25 Falcon Jet, Lanier Columbia LC-40, and Gulfstream III C-20B. WFF’s aircraft currently include the P-3 Orion, C-130 Hercules, Beechcraft King Air B200, and C-23 Sherpa.
The Government does not intend to acquire a commercial item using FAR Part 12.
This acquisition is 100% Indefinite Delivery Indefinite Quantity (IDIQ).
This acquisition is a total small business set-aside.
The NAICS Code and Size Standard are 488190 and $35M, respectively.
All responsible sources may submit an offer which shall be considered by the agency.
NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html
In addition, the following RFP related documents are attached:
- CHARLES Revisions from DRFP to RFP List
- CHARLES Questions RFP Form
- CHARLES_DRFP_Questions_and_Responses
-
Technical Library
- AOD09295v1_T38_CUI
- AOD09295v2_WB57_CUI
- AOD09295v3_GIII_CUI
- AOD09295v4_SGT_CUI
- AOD09295v5_GV_CUI
- AOD09295v7_UAV_CUI
- AOD33820_EngineeringProjects_CUI
- AOD33840_FlightReadinessReview_CUI
- AOD33842_EngineeringWorkOrder_CUI
- AOD33872_Operational_Readiness_Review_CUI
- AOD33925_Opeartions_Duty_Officer_Instructions_CUI
- AOD34100_MaintenanceManual_CUI
- AOD34101_QualityAssuranceProgram_CUI
- AOD34102_NAMISMaintenanceProcessStandards_CUI
- JPR1280.2
- JPR1281.9B
- JPR1281.14
- JPR1281.15
- JPR1600.3
- JPR1700.1
- JPR1710.13
- JPR8000.4
- JPR8550.1
- JWI1040.27
- JWI2190.1
- JWI4200.1
- JWI4300.1
- JWI6050.1
- FOD 5 year goals
- FOD VIDEO LINK
- Foundations of Flight Operations
- JSCExpectedBehaviorsPoster
- JSC-Superflex
- SGT_Brakes
- J-3-1 Attachment JSC Support Equipment Assets
- J-3-2 Attachment JSC Calibration Items
- J-3-3 Attachment JSC Life Support Asset Listing
- J-3-4 Attachment NAMIS Item Master Report
- J-3-5 Attachment JSC NASA IAM Listing
- J-3-6 LaRC Property List
- J-3-7 Attachment WFF Property List
-
Section L Attachments
- Attachment L-1 CHARLES Resource Planning Document
- Attachment L-1-1 TA2 Resources
- Attachment L-2-1 Prime and Subcontractor Past Performance Matrix
- Attachment L-2-2 Joint Venture Past Performance Matrix
- Attachment L-2-3 Past Performance Narrative
- Attachment L-3 Past Performance Questionaire
- Attachment L-4 CHARLES EPM Version E
- Attachment L-5 Past Performance Consent Letter
- Attachment L-6 SF1408-14e Pre-award Survey of Prospective Contractor Accounting System
Any additional documents will be available on www.Sam.gov.
It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to jsc-charles@mail.nasa.gov no later than 1:30pm Central Daylight Time, May 12, 2022. Telephone questions/oral communications will not be accepted.
The anticipated offeror due date is 6/1/2022.
If you have any questions concerning this opportunity, please contact: JSC-CHARLES@mail.nasa.gov.
Attachments/Links
Contact Information
Primary Point of Contact
- Darrell R. Compton
- jsc-charles@mail.nasa.gov
- Phone Number 2817926162
Secondary Point of Contact
- Alice Pursell
- jsc-charles@mail.nasa.gov
- Phone Number 281.483.9027