Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
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
 
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.