SOLICITATION NOTICE
J -- On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
- Notice Date
- 8/7/2024 10:38:19 AM
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8509-24-R-0026
- Response Due
- 8/22/2024 2:00:00 PM
- Archive Date
- 08/22/2024
- Point of Contact
- Donna Casey, Jeff Henson, Phone: 8508841526
- E-Mail Address
-
donna.casey.3@us.af.mil, jeffery.henson.1@us.af.mil
(donna.casey.3@us.af.mil, jeffery.henson.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a pre-solicitation notice only! This requirement will be a follow-on of a current requirement in support of the Air Force Life Cycle Management Center (AFLCMC) On- Site Depot Support (OSDS) Program for labor services to accomplish On-Site Depot (D) Level Maintenance and Modification work on all Air Force Special Operations Command (AFSOC) C- 130 Weapons Systems and Sub-Systems hosted at Hurlburt Field AFB, Florida. OSDS supports multiple AFSOC customers to provide timely and high-quality weapon system maintenance and modification support worldwide. The OSDS Program provides AFSOC with a small, quick reaction, limited depot capability. The primary customer of the OSDS contractor depot maintenance team (CDMT) is AFLCMC/WIUA, Special Operations Forces/System Program Office (SOF/SPO), Fixed Wing Branch. For SOF C-130 life cycle support, the primary customer of WIUA is AFSOC/A4M. The OSDS CDMT directly supports WIUA to provide weapons system support to A4M. The OSDS CDMT shall provide AFLCMC/WIUA with a highly skilled labor and labor management team to resolve system support issues for AFSOC Specialized C-130s, components, and supporting systems. The OSDS CDMT provides depot support within the team�s capabilities based on priority, manpower, infrastructure, and technical support constraints. This contracting action will establish an Indefinite Delivery Indefinite Quantity (IDIQ) Contract composed of Contract Line Items Numbers (CLINs) for 10 years (1) 12-month base year and (9) 12-month options. The procurement will utilize the policies and procedures of FAR Part 15 �Contracting by Negotiation.� The Government has determined that this item is not a commercial service. The Government anticipates this requirement to be a competitive small business set-aside (SBSA) based on the RFI posted 1 May 2024 and Market Research dated 7 June 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0e1bf80d7be44ec3ae7e8c01080cd1d0/view)
- Place of Performance
- Address: Hurlburt Field, FL, USA
- Country: USA
- Country: USA
- Record
- SN07159930-F 20240809/240807230116 (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 |