Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Multiple Award IDIQ
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: Presolicitation (Updated)
- Updated Published Date: Nov 22, 2023 10:18 am CST
- Original Published Date: Nov 22, 2023 09:53 am CST
- Updated Response Date: Dec 21, 2023 11:00 am CST
- Original Response Date: Dec 21, 2023 11:00 am CST
- Inactive Policy: Manual
- Updated Inactive Date: Jan 25, 2024
- Original Inactive Date: Jan 25, 2024
- Initiative:
- None
Classification
- Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
- Product Service Code: J010 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WEAPONS
- NAICS Code:
- 336411 - Aircraft Manufacturing
- Place of Performance: USA
Description
THIS IS A DRAFT REQUEST FOR PROPOSAL FOR MARKET RESEARCH. NO PROPOSALS ARE REQUESTED AT THIS TIME.
The CFT Program supports multiple customers by providing timely and high quality maintenance augmentation for fielded active weapon systems worldwide. These CFTs can perform modification, organizational/ intermediate/depot maintenance, inspection and repair of active systems in the US Government inventory, such as aircraft: fixed-wing, rotary-winged and drone; vehicles; aerospace equipment; missile systems; subsystems such as engines, communications and cryptologic equipment; and ground support equipment. Efforts will include on-site Organizational level (O), Intermediate/Field (I), and Depot/Sustainment (D) level maintenance support at customer (government-owned or government-leased) facilities located both in the continental United States (CONUS) and outside the continental United States (OCONUS). All weapon systems supported under the CFT contract will be non-commercial and must have Government-owned technical data. The objectives and requirements identified within the Attachment 1 - Performance Work Statement are described in general terms. Each task order (TO) will be tailored to address customer specified task order requirements, scheduling, task order options, and performance criteria. As with any contract, clearly understanding the task and defining the requirement is the most important step a customer can take to assure a successful outcome.
The purpose of the CFT contract is to provide government organizations with the ability to augment their organic maintenance capabilities with qualified contract maintenance personnel. The CFT contract does not provide for and cannot fulfill organizational needs for Total System Performance Responsibility (TSPR), Turn-Key Operations, Government-Owned Contractor-Operated (GOCO) facilities, or logistics-only support operations. The CFT contract cannot be utilized to fulfill organizational needs for personal services or inherently governmental functions.
The Government plans to award a multiple award indefinite delivery/indefinite quantity (ID/IQ) contract for the Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) program. Award will neither be based on the Lowest Price Technically Acceptable (LPTA) nor Tradeoffs. Within the best value continuum, FAR 15.101 defines best value as using any one or a combination of source selection approaches. For LASR, the best value basis for award will be determined by utilizing the Highest Technically Rated Offerors (HTRO) Minimum Technical Threshold Rating (MTTR) approach. HTRO will best achieve the objective of awarding contracts to Offerors meeting the LASR program’s primary goals and objectives by providing rapid labor augmentation capability for all levels of maintenance.
This draft RFP is subject to a Partial Set-Aside of task orders that the Government estimates will require the contractor to provide up to 100 full-time equivalents (FTEs) of personnel per task order in the CONUS or up to 50 FTEs OCONUS. Only qualifying small businesses will be eligible to compete for set-aside task orders. Task orders larger than the partial set-aside will be available for competition among contractors (large or small) who successfully compete under the non-set-aside portion of this solicitation for the Full and Open Competition Pool
Small Business Choice of Competition. Small Business offerors shall clearly indicate the pool(s) in which they intend to compete on the front page of the RFP. Small businesses may elect to compete in either or both competition pool(s). If a small business elects to compete in the full and open pool, they must submit a separate proposal, to include all volumes, for the Full & Open Competition Pool and meet all of the criteria for that pool to be eligible for award. Successfully performing small businesses may become eligible to expand into the full and open pool.
No funding is available at this time. Funding will only be obligated on each task order awarded under the basic contracts.
The minimum order for all awarded basic contracts will be the post-award conference.
Currently, the Government is seeking comments and questions regarding all aspects of the draft RFP for market research purposes.The Government intends to post responses to comments and questions as an amendment to this posting at a later time. Please utilize the Attachment 7 QA Form to record your responses. Responses are due no later than 22 December 2023 at 11:00AM CST to the POC listed in this posting.
Attachments/Links
Contact Information
Contracting Office Address
- BLDG 1 STE 200 CP 405 734 0264 7701 ARNOLD ST
- TINKER AFB , OK 73145-9119
- USA
Primary Point of Contact
- Ryan McCabe
- ryan.mccabe.2@us.af.mil
Secondary Point of Contact
History
- Mar 25, 2024 10:55 pm CDTPresolicitation (Updated)
- Feb 28, 2024 09:09 am CSTPresolicitation (Updated)
- Jan 25, 2024 10:55 pm CSTPresolicitation (Updated)
- Dec 21, 2023 09:48 am CSTPresolicitation (Updated)
- Dec 20, 2023 10:43 am CSTPresolicitation (Updated)
- Nov 27, 2023 05:42 am CSTPresolicitation (Updated)
- Nov 22, 2023 10:18 am CSTPresolicitation (Updated)
- Nov 22, 2023 09:53 am CSTPresolicitation (Original)