Aviation Command and Control Operations and Maintenance 2 (ACCOM-2) Program; Synopsis
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: Dec 07, 2023 09:56 am EST
- Original Published Date: Dec 06, 2023 03:22 pm EST
- Updated Response Date:
- Original Response Date:
- Inactive Policy: Manual
- Updated Inactive Date: Dec 22, 2023
- Original Inactive Date: Dec 22, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: M1BA - OPERATION OF AIR TRAFFIC CONTROL TOWERS
- NAICS Code:
- 488111 - Air Traffic Control
- Place of Performance: Shaw AFB , SCUSA
Description
This is a pre-solicitation notice only. Based on Industry feedback and questions, Air Combat Command, Acquisition Management and Integration Center (AMIC) at 300 Exploration Way; Hampton, Virginia 23666, anticipates issuing the Request for Proposal (RFP) for the United States Air Forces Central (AFCENT) Aviation Command and Control Operations and Maintenance Services Program – 2 (ACCOMS-2) under solicitation number FA489024R0008, on or about 16 Jan 2024 with a closing date on or about 13 Feb 2024. This will be a competitive full and open acquisition resulting in the award of a “C” Type Contract. The Government intends to make one award from this solicitation. The North American Industry Classification System Code (NAICS) for this requirement is 488111, Air Traffic Control, with a corresponding small business size standard of $40M, and Product or Service Code (PSC) M1BA.
The work under this contract will be performed at Government-owned and managed facilities using Government-provided equipment. The services will not require a contractor to provide any inherently governmental functions, as the work encompasses the following major functional areas: Air Traffic Control (ATC) services, Airfield Management (AM) services, Terminal Instrument Procedures (TERPS) services, Command and Control (C2) equipment Operation and Maintenance (O&M), Air Traffic Control and Landings Systems (ATCALS) equipment O&M, and ATC Weather equipment O&M (ATCALS and ATC Weather equipment and technicians are collectively known as Radar, Airfield, Weather Systems (RAWS)).
*Amendment 1 - 7 Dec 23: A Secret facility clearance is required. Due to the nature of the requirement, the Contractor shall possess a Secret facility clearance without additional authorization (i.e, National Interest Determination (NID)) at the time of proposal submission.
Principal of performance locations are: CONUS - Shaw Air Force Base, South Carolina, and Joint Base Langley-Eustis, Virginia. OCONUS: Naval Support Activity (NSA) Bahrain; Al Asad Air Base (AAAB), Iraq; Erbil Air Base, Iraq; Muwaffaq Salti Air Base (MSAB), Jordon; Ali Al Salem Air Base (ASAB) Kuwait; Ahmad al-Jaber Air Base (Jaber), Kuwait; Abdullah Al-Mubarak Air Base (AMAB/Cargo City), Kuwait; Al Udeid Air Base (AUAB) Qatar; Prince Sultan Air Base (PSAB), Saudi Arabia; Al Dhafra Air Base (ADAB) United Arab Emirates (UAE); and Al Minhad Air Base (AMAB), UAE. Additional locations and countries as necessary to support the AFCENT Mission.
The duration of the contract will be for a total of 7.5 years; with a 3 month Transition period; 9 month Base; 6-one year Options; as well as the 6 month Option to Extend Services. The Performance Based Work Statement will be provided with the RFP.
Closing date for this notice is Friday, 22 Dec 2023 in accordance with the requirements of FAR Part 5.203. Questions may be directed to the Contract Managers - MSgt Angel Galindo at angel.galindo@us.af.mil, and Capt Christopher Clements at christopher.clements.11@us.af.mil, and the Contracting Officer Mrs Oya Harrison at oya.harrison.1@us.af.mil. Request that you use title “[Company Name] – FA489024RACOM Draft RFP Response” in e-mail subject lines.
Attachments/Links
Contact Information
Contracting Office Address
- CP 757 225 7678 300 EXPLORATION WAY
- HAMPTON , VA 23666
- USA
Primary Point of Contact
- Oya Harrison
- oya.harrison.1@us.af.mil
Secondary Point of Contact
- MSgt Angel Galindo
- angel.galindo@us.af.mil
History
- Dec 22, 2023 11:55 pm ESTPresolicitation (Updated)
- Dec 07, 2023 10:27 am ESTPresolicitation (Updated)
- Dec 07, 2023 09:56 am ESTPresolicitation (Updated)
- Dec 06, 2023 03:22 pm ESTPresolicitation (Original)
- Apr 19, 2023 11:58 pm EDTSources Sought (Updated)