SOLICITATION NOTICE
J -- C-5M SUPPLEMENTAL DEPOT CAPABILITY (SDC)
- Notice Date
- 5/3/2022 1:28:22 PM
- Notice Type
- Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8525 AFLCMC WLSKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8525-22-R-0003
- Response Due
- 7/25/2022 1:00:00 PM
- Archive Date
- 09/25/2022
- Point of Contact
- Erica Martin, Aliscia Pitts
- E-Mail Address
-
erica.martin.2@us.af.mil, aliscia.pitts@us.af.mil
(erica.martin.2@us.af.mil, aliscia.pitts@us.af.mil)
- Description
- *THIS IS A COMPETITIVE EFFORT* This Request For Proposal is issued with the intent to establish a five (5) year, single award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Supplemental Depot Capability (SDC) for the C-5M. This requirement includes Programmed Depot Maintenance (PDM), Unscheduled Depot Level Maintenance (UDLM), repairs and modifications. This service provides a temporary depot capability to supplement work�performed by the Warner Robins Air Logistics Complex (WR-ALC) at Robins�AFB, GA as well as similar efforts conducted at C-5M stateside operating�locations. Under this effort the contractor shall be responsible for�Accomplishing Program Depot Maintenance (PDM), overfly inspections, and depot level modifications/repairs to the C-5M aircraft. While PDM provides the foundational framework for this effort, several�other efforts may be necessary as required by fleet management/scheduling, such as: Unscheduled Depot Level Maintenance Lavatory modifications required to meet modern commercial�standard Dorsal Complex (batman) repair and crack repairs Crown skins replacement Crack repairs to the inner and outer Pylon-Wing Interfaces (PWI) Other potential future C-5M inspections, heavy maintenance,�repairs, and modifications. The total requirement is for up to 16 total programmed (PDM) and/or unscheduled depot level maintenance (UDLM) events hereafter referred to as �PDM/UDLM services.�� The requirement will consist of one (1) Basic period of 36 months and two (2) annual options.� FAR Part 15 procedures will be utilized.� Proposals shall be in accordance with mandatory, explicit, and detailed�instructions contained in the RFP. The Government will utilize Trade-Off procedures, and will evaluate proposals and make award in accordance with Section M, ""Evaluation Basis for Award"" Attachment 25 of the RFP.� Electronic procedures will be used for this solicitation. A copy of the�Request For Proposal (RFP) and attachments can be retrieved from the following website: sam.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b56d6855bf946f1826d8580247f6814/view)
- Record
- SN06315139-F 20220505/220503230103 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |