Skip to main content

An official website of the United States government

You have 2 new alerts

FIGHTER WARBIRD P/TF-51 Service (5 Years)

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 16, 2024 04:05 pm PDT
  • Original Published Date: Aug 28, 2024 03:07 pm PDT
  • Updated Date Offers Due: Sep 18, 2024 01:00 pm PDT
  • Original Date Offers Due: Sep 13, 2024 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 03, 2024
  • Original Inactive Date: Sep 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U009 - EDUCATION/TRAINING- GENERAL
  • NAICS Code:
    • 611512 - Flight Training
  • Place of Performance:
    Edwards , CA 93524
    USA

Description

AMENDMENT

16 September 2024 - Amendment to change the due date to submit offers as follows:

Offers are due by 18 September 2024 at 1:00 P.M. Pacific Daylight Time (PDT)

****AMENDMENT*******************************

12 Sept 2024 - Amendment was made to change the due date to submit proposals 16 Sept 2024, 1:00 PM, PST

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.

(ii) Solicitation Number: FA9304-24-R-5006 **Please provide the full solicitation number on all packages** 


(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-05, DFARS Change 08/15/2024 and DAFAC 2024-0612.


(iv) THIS REQUIREMENT WILL BE:  Firm Fixed Priced, 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) number for this acquisition is 611512 with a size standard $34,000,000.00.


(v)  Submission instructions:


Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including FOB Destination Edwards AFB CA  93524.


Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation.  Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.  Submit only written offers; oral offers will not be accepted.


Please carefully review requirements detailed below.  


(vi)  Description of services to be acquired: This is a non-personnel services contract to provide one single-engine warbird type (i.e. P/TF-51) aircraft, along with a qualified flight instructor(s), for Qualitative Evaluation (QE) and Flying Qualities (FQ) curriculum flights, as well as Test Management Projects (TMP) if required, for the US Air Force Test Pilot School (USAF TPS).

CLIN         Noun                        Unit    Minimum Quantity    Maximum Quantity    Not-To-Exceed (NTE) Price
1    Pilot Instructor                    Days      30                            150                             ----------
2    Maintenance Personnel     Days      30                            150                             ----------
3    Sortie                                 Hours      60                           300                              ----------
4    Ferry (Round Trip Price)    Each      2                                10                               ----------
5    Weekend/Standby (no fly rate) Days    12                       60                              ----------
6    Fuel                                   Gals     0                                $20,000                 $120,000.00

(vi)  See attachment 1, Performance Work Statement (PWS) for additional information.
Anticipated period of performance for this effort is 1 October 2024 – 30 September 2029


(vii) Quote submission shall be in accordance with FAR clause 52.212-1 Instructions to Offerors – Commercial Items (Sep 2023) and Addenda to FAR 52.212-1 Quote Preparation Instructions. 


(viii)  ADDENDUM TO FAR 52.212-1 Quote Preparation


(a)     Timely and equitable evaluation of the quote, the offeror must follow instructions contained herein.  The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts:  Part 1 – Price Quote and Part II – Technical Information.
(b)    The contracting officer has determined there is a high probability of adequate price competition in the acquisition.  Upon examination of the initial offers’, the contracting officer will review this determination and if, in the contracting officer’s opinion, adequate price competition exists no additional price information will be necessary. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offers maybe required to submit information other than pricing data to support a determination of price reasonableness.
(c)    Specific Instructions:  Documents submitted in response to this must be fully responsive to and consistent with the following.
       (1)    Requirement of the CLIN & Performance Work Statement (PWS) and government standards and regulations pertaining to the PWS.
       (2)    Evaluation Factors for Award in section, 52.212-2 Evaluation – Commercial items and addendum of this RFP
       (3)    Any limitations on the number of quote pages.  Pages exceeding this page limitations set forth in this section, FAR 52.212-1 Instructions to Offerors – Commercial Items, will not be read or evaluated, and will be removed from the quote.
(d)     PART I – Price Quote-
       (1)    The contractor shall provide the following.
              (A)Pricing for the effort by completing Attachment 4_Exhibit A
              (B)Provide the names of any Offeror’s subcontractor(s)
 (e)  PART II – Technical Information
          (1) Format
                 •    The quote will be on 81/2” x 11” paper.
                 •    Pages is defined as one single sided, double-spaced sheet of paper containing information.
                 •    Typing shall be Times New Roman Font, size 12.
                 •    Electronic files must be in Adobe (.pdf), Microsoft Word or Excel
                 •    15-page limit
(2)     Technical Acceptability – using the format described above, please provide the following:


 Contractors shall provide sufficient documentation to demonstrate their ability to provide the minimum pilot qualifications as stated in the PWS (Attachment 1).  Please review section 1.9 Deliverables, of the PWS for a list of required documents to be submitted in the quote.  This can be but is not limited to resumes, certifications, and any other necessary literature. Note:  the government may conduct a physical inspection utilizing the USAF TPS Individual Technical Evaluation Checklist (Attachment 3) to determine whether the aircraft meets requirements of the FAA air worthiness.  If there is a contradiction between the PWS and the Checklist, the PWS supersedes the checklist.


(f)     General Information
       (1)     Electronic submissions of proposals will be accepted and shall be sent to will be accepted and shall be sent to: 
                 Justin Fobel, Contract Specialist, justin.fobel@us.af.mil
                 Maria Estevane, Contracting Officer, maria.estevane.1@us.af.mil

       (2)     Late proposals will be processed in accordance with FAR 52.212-1(f)


(End of Provisions)


At no additional cost to the Government, a pre-award inspection and/or safety orientation flight may be conduction either at the offeror’s site or at Edwards AFB.  This evaluation shall be in accordance with the Technical Evaluation Factors pursuant to FAR clause 52.212-2 Evaluation – Commercial Items and Addenda to FAR clause 52.212-2.

(ix)  FAR 52.212-2 – Evaluation – Commercial items 
The Government will award a contract resulting from his solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other.
          (i)  technical capability of the item offered to meet the Government requirement
         (ii)   price
(b)  A written notice will of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for accepted specified in the offer, shall result in the binding contract without further action by either party.  Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:
1.          UEI Numbers:
2.          CAGE Code:
3.      Contractor Name:
5.    Payment Terms (net 30) or Discount:
6.    Point of Contact and Phone Number:
7.    Email address:
8.           Date Offer Expires:

Addenda to 52.212-2 Evaluation – Commercial Items

(a)  Basis for Contract Award:   The resulting award will be a Firm Fixed Priced contract to a single contractor.  By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and requirements, in addition to those identified as evaluation factors or sub factors.  Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

(b)Initially, offers shall be ranked according to price.  Quotes will be determined to be fair and reasonable by adequate price competition amount offers unless the contracting officer has requested other than pricing data per addenda to 52.212-1.

(c)  Next, the government technical evaluation team shall evaluate the technical quotes submitted by the lowest price ranked offeror on an Acceptable/Unacceptable basis:

  These are the definitions for the Evaluation Ratings

Acceptable - Meets all solicitation requirements.
Unacceptable – Does not meet all solicitation requirements.

(d)  Technical capability will initially be assessed by the contractor’s ability to demonstrate the minimum pilot qualifications, as stated in the PWS (Attachment 1) and provide required documents in Section 1.9 Deliverables of the PWS.  A physical inspection of the aircraft may be performed by experienced government maintainers, utilizing the USAF TPS Individual Technical Evaluation Checklist (Attachment 3)

(e)  If the lowest priced evaluated offerors are judged to be “Acceptable” on ALL factors and the offeror is determined to be responsible, that offer will be deemed the most advantageous to the government and the evaluation process stops at this point.  Award shall be made to that offeror without further consideration of any offers.

(f)  Offerors are cautioned to submit sufficient information and, in the format, specified in the quote preparation instructions to permit a meaningful assessment of the technical capability.  Offerors may be asked to clarify certain aspects of their quote Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quote revision.

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Feb 2024), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.

(xi)The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2023), applies to this acquisition.

(xii)   The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2024), applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: --commercial items, applies to this acquisition.

The following clauses cited in FAR 52.212-5(b) apply to this acquisition:

52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) 
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2020)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024) 52.222-26, Equal Opportunity (SEP 2016)
 52.222-35, Equal Opportunity for Veterans (JUN 2020) 
52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 
52.222-37, Employment Reports on Veterans (JUN 2020) 
52.222-50, Combating Trafficking in Persons (NOV 2021)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)

(xi) In addition to the above, the following provisions and clauses apply to this solicitation:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality
52.204-7 System for Award Management (Oct 2018)
DFARS 252.203-7005 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality (Sep 2022)
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

Clauses
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov 2021)
FAR 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.204-7012 Safeguarding covered Defense Information and Cyber Incident Reporting (Jan 2023)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
DFARS 252.232-7006 Wide Areal Workflow Payment Instructions (Jan 2023)
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)

QUOTE SUBMISSIONS

Offers are due by 12 September 2024 at 12:00 P.M. Pacific Daylight Time (PDT).  Offers must be sent to Justin Fobel at justin.fobel@us.af.mil and Maria Estevane at maria.estevane.1@us.af.mil via electronic mail.  NO LATE SUBMISSIONS WILL BE ACCEPTED.

     
 

    

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.

(ii) Solicitation Number: FA9300-24-R-5006 **Please provide the full solicitation number on all packages** 


(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-05, DFARS Change 08/15/2024 and DAFAC 2024-0612.


(iv) THIS REQUIREMENT WILL BE:  Firm Fixed Priced, 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) number for this acquisition is 611512 with a size standard $34,000,000.00.


(v)  Submission instructions:


Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including FOB Destination Edwards AFB CA  93524.


Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation.  Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.  Submit only written offers; oral offers will not be accepted.


Please carefully review requirements detailed below.  


(vi)  Description of services to be acquired: This is a non-personnel services contract to provide one single-engine warbird type (i.e. P/TF-51) aircraft, along with a qualified flight instructor(s), for Qualitative Evaluation (QE) and Flying Qualities (FQ) curriculum flights, as well as Test Management Projects (TMP) if required, for the US Air Force Test Pilot School (USAF TPS).

CLIN         Noun                        Unit    Minimum Quantity    Maximum Quantity    Not-To-Exceed (NTE) Price
1    Pilot Instructor                    Days      30                            150                             ----------
2    Maintenance Personnel     Days      30                            150                             ----------
3    Sortie                                 Hours      60                           300                              ----------
4    Ferry (Round Trip Price)    Each      2                                10                               ----------
5    Weekend/Standby (no fly rate) Days    12                       60                              ----------
6    Fuel                                   Gals     0                                $20,000                 $120,000.00

(vi)  See attachment 1, Performance Work Statement (PWS) for additional information.
Anticipated period of performance for this effort is 1 October 2024 – 30 September 2029


(vii) Quote submission shall be in accordance with FAR clause 52.212-1 Instructions to Offerors – Commercial Items (Sep 2023) and Addenda to FAR 52.212-1 Quote Preparation Instructions. 


(viii)  ADDENDUM TO FAR 52.212-1 Quote Preparation


(a)     Timely and equitable evaluation of the quote, the offeror must follow instructions contained herein.  The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts:  Part 1 – Price Quote and Part II – Technical Information.
(b)    The contracting officer has determined there is a high probability of adequate price competition in the acquisition.  Upon examination of the initial offers’, the contracting officer will review this determination and if, in the contracting officer’s opinion, adequate price competition exists no additional price information will be necessary. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offers maybe required to submit information other than pricing data to support a determination of price reasonableness.
(c)    Specific Instructions:  Documents submitted in response to this must be fully responsive to and consistent with the following.
       (1)    Requirement of the CLIN & Performance Work Statement (PWS) and government standards and regulations pertaining to the PWS.
       (2)    Evaluation Factors for Award in section, 52.212-2 Evaluation – Commercial items and addendum of this RFP
       (3)    Any limitations on the number of quote pages.  Pages exceeding this page limitations set forth in this section, FAR 52.212-1 Instructions to Offerors – Commercial Items, will not be read or evaluated, and will be removed from the quote.
(d)     PART I – Price Quote-
       (1)    The contractor shall provide the following.
              (A)Pricing for the effort by completing Attachment 4_Exhibit A
              (B)Provide the names of any Offeror’s subcontractor(s)
 (e)  PART II – Technical Information
          (1) Format
                 •    The quote will be on 81/2” x 11” paper.
                 •    Pages is defined as one single sided, double-spaced sheet of paper containing information.
                 •    Typing shall be Times New Roman Font, size 12.
                 •    Electronic files must be in Adobe (.pdf), Microsoft Word or Excel
                 •    15-page limit
(2)     Technical Acceptability – using the format described above, please provide the following:


 Contractors shall provide sufficient documentation to demonstrate their ability to provide the minimum pilot qualifications as stated in the PWS (Attachment 1).  Please review section 1.9 Deliverables, of the PWS for a list of required documents to be submitted in the quote.  This can be but is not limited to resumes, certifications, and any other necessary literature. Note:  the government may conduct a physical inspection utilizing the USAF TPS Individual Technical Evaluation Checklist (Attachment 3) to determine whether the aircraft meets requirements of the FAA air worthiness.  If there is a contradiction between the PWS and the Checklist, the PWS supersedes the checklist.


(f)     General Information
       (1)     Electronic submissions of proposals will be accepted and shall be sent to will be accepted and shall be sent to: 
                 Justin Fobel, Contract Specialist, justin.fobel@us.af.mil
                 Maria Estevane, Contracting Officer, maria.estevane.1@us.af.mil

       (2)     Late proposals will be processed in accordance with FAR 52.212-1(f)


(End of Provisions)


At no additional cost to the Government, a pre-award inspection and/or safety orientation flight may be conduction either at the offeror’s site or at Edwards AFB.  This evaluation shall be in accordance with the Technical Evaluation Factors pursuant to FAR clause 52.212-2 Evaluation – Commercial Items and Addenda to FAR clause 52.212-2.

(ix)  FAR 52.212-2 – Evaluation – Commercial items 
The Government will award a contract resulting from his solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other.
          (i)  technical capability of the item offered to meet the Government requirement
         (ii)   price
(b)  A written notice will of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for accepted specified in the offer, shall result in the binding contract without further action by either party.  Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:
1.          UEI Numbers:
2.          CAGE Code:
3.      Contractor Name:
5.    Payment Terms (net 30) or Discount:
6.    Point of Contact and Phone Number:
7.    Email address:
8.           Date Offer Expires:

Addenda to 52.212-2 Evaluation – Commercial Items

(a)  Basis for Contract Award:   The resulting award will be a Firm Fixed Priced contract to a single contractor.  By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and requirements, in addition to those identified as evaluation factors or sub factors.  Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

(b)Initially, offers shall be ranked according to price.  Quotes will be determined to be fair and reasonable by adequate price competition amount offers unless the contracting officer has requested other than pricing data per addenda to 52.212-1.

(c)  Next, the government technical evaluation team shall evaluate the technical quotes submitted by the lowest price ranked offeror on an Acceptable/Unacceptable basis:

  These are the definitions for the Evaluation Ratings

Acceptable - Meets all solicitation requirements.
Unacceptable – Does not meet all solicitation requirements.

(d)  Technical capability will initially be assessed by the contractor’s ability to demonstrate the minimum pilot qualifications, as stated in the PWS (Attachment 1) and provide required documents in Section 1.9 Deliverables of the PWS.  A physical inspection of the aircraft may be performed by experienced government maintainers, utilizing the USAF TPS Individual Technical Evaluation Checklist (Attachment 3)

(e)  If the lowest priced evaluated offerors are judged to be “Acceptable” on ALL factors and the offeror is determined to be responsible, that offer will be deemed the most advantageous to the government and the evaluation process stops at this point.  Award shall be made to that offeror without further consideration of any offers.

(f)  Offerors are cautioned to submit sufficient information and, in the format, specified in the quote preparation instructions to permit a meaningful assessment of the technical capability.  Offerors may be asked to clarify certain aspects of their quote Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quote revision.

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Feb 2024), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.

(xi)The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2023), applies to this acquisition.

(xii)   The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2024), applies to this acquisition. The following clauses cited in FAR 52.212-5 apply to this acquisition: --commercial items, applies to this acquisition.

The following clauses cited in FAR 52.212-5(b) apply to this acquisition:

52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) 
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2020)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024) 52.222-26, Equal Opportunity (SEP 2016)
 52.222-35, Equal Opportunity for Veterans (JUN 2020) 
52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 
52.222-37, Employment Reports on Veterans (JUN 2020) 
52.222-50, Combating Trafficking in Persons (NOV 2021)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)

(xi) In addition to the above, the following provisions and clauses apply to this solicitation:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality
52.204-7 System for Award Management (Oct 2018)
DFARS 252.203-7005 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality (Sep 2022)
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

Clauses
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov 2021)
FAR 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.204-7012 Safeguarding covered Defense Information and Cyber Incident Reporting (Jan 2023)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
DFARS 252.232-7006 Wide Areal Workflow Payment Instructions (Jan 2023)
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)

QUOTE SUBMISSIONS

Offers are due by 12 September 2024 at 12:00 P.M. Pacific Daylight Time (PDT).  Offers must be sent to Justin Fobel at justin.fobel@us.af.mil and Maria Estevane at maria.estevane.1@us.af.mil via electronic mail.  NO LATE SUBMISSIONS WILL BE ACCEPTED.

     
 

    

Contact Information

Contracting Office Address

  • CP 661 277 5435 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA

Primary Point of Contact

Secondary Point of Contact

History