Skip to main content

An official website of the United States government

You have 2 new alerts

C-130 Maintenance & Repair Services

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: Presolicitation (Updated)
  • Updated Published Date: Sep 10, 2024 11:23 am JST
  • Original Published Date: Jul 01, 2024 04:47 pm JST
  • Updated Response Date: Sep 19, 2024 04:00 pm JST
  • Original Response Date: Aug 01, 2024 04:00 pm JST
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 01, 2025
  • Original Inactive Date: Aug 01, 2025
  • Initiative:
    • None

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:
    JPN

Description

PRESOLICITATION NOTICE

NAVSUP Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), in support of NAVAIR's Program Manager Aviation (PMA) 207, intend to execute Rolling Admissions to the existing Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract in accordance with FAR Part 15 procedures, to obtain Scheduled and Unscheduled Maintenance, Repair and Overhaul (MRO) services for U.S. Marine Corps KC-130J aircraft forward deployed to the Western Pacific region.

The existing MAC awardees are MARSHALL OF CAMBRIDGE AEROSPACE LIMITED (CAGE K3784) (N62649-20-D-0014), and CASCADE AEROSPACE INC. subcontractor to CANADIAN COMMERCIAL CORPORATION (CAGE 98247) (N62649-20-D-0015). Work currently performed by MARSHALL is in Cambridge, United Kingdom, and work performed by CASCADE is in Abbotsford, Canada. Both contracts were awarded in response to Solicitation N62649-19-R-0167 as part of the Indefinite Delivery, Indefinite Quantity (IDIQ) MAC.

The place of performance will be in facilities proposed by the Contractor that meet the requirements of the contract. The Period of Performance will align to the existing IDIQ MAC of January 2025 to July 2030. The applicable North American Industry Classification System (NAICS) for this requirement is 488190 with a Size Standard of $40 million. The corresponding Federal Supply Code (FSC) is J015.

The solicitation shall be issued as a Request for Proposal (RFP) under full and open competition under the following solicitation number N62649-24-R-0029 in August 2024. Potential offerors are hereby notified that the solicitations and subsequent amendments to the solicitations will be made available through SAM.gov.

* Potential offerors should make a formal request to obtain the techinical data, necessary to submit a proposal, for the RFP using Attachment 40. Request should include "N6264924R0029" in the subject line, and shoud be sent to the Contracting officer, Sara Robinson, at sara.e.r.obinson19.civv@us.navy.mil by 1400 JST on 19 September 2024. 

This posting includes the following attachments:

  1. Draft Solicitation 
  2. Performance Work Statement
  3. Contract Administration Plan (CAP)
  4. Quality Assurance Surveillance Plan (QASP)
  5. Occupational Safety, Health and Environmental (OSHE) Provisions
  6. Drafting and Processing local manufacturing request (LMR) 
  7. Drafting and Processing temporary engineering instructions (TEI)
  8. PEMA Specifications
  9. Airfield Requirements Facility Requirements
  10. Repairable Items Support Equipment Required
  11. Government Furnished Property (GFP) List 
  12. A001 Technical Directives Requirements 10-Day Report C-130
  13. A002 Technical Directives Report C-130
  14. A003 TDC Kit Receipt and Report of Kit Discrepancy C-130
  15. A004 Discrepant Part on Induction Report C-130
  16. A005 Production Plan C-130
  17. A006 Notification of Aircraft Delay C-130
  18. A007 Scheduled Removal Cards
  19. A008 Situation Summary Report C-130
  20. A009 Aircraft Condition Evaluation Report
  21. A010 Noted But Not Corrected (NBNC) Report C-130
  22. A011 Weight and Balance Report C-130
  23. A012 Maintenance History Summary (MHS) Report C-130
  24. A013 Non-Destructive inspection (NDI) Report C-130
  25. A014 Corrosion Inspection (CI) Report
  26. B001 AVDLR Tracker Report C-130
  27. B002 Aircraft Awaiting Parts Report (AWP) C-130
  28. B003 Final Material Consumption Report C-130
  29. B004 Material Receipt Tracker Report
  30. C001 Meeting Minutes C-130
  31. C002 Presentation Documentation C-130
  32. D001 Phase-In Transition Plan C-130
  33. D002 Transition Status Report C-130
  34. D003 Transition Inventory Plan (Stand-Down) C-130
  35. D004 Contractor Training Plan
  36. F001 Integrated Master Schedule (IMS) C-130
  37. G001 Material Expense Report C-130
  38. L001 Technical Data Inventory Listing
  39. Pre Sol Question and Responses

Contact Information

Contracting Office Address

  • PSC 473 BOX 11
  • FPO , AP 96349-1500
  • USA

Primary Point of Contact

Secondary Point of Contact

History