Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SOLICITATION NOTICE

J -- T-38 Avionics Sustainment and Support Program

Notice Date
1/8/2025 3:46:37 PM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8220 AFLCMC WLDKAA HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
FA822025RB001
 
Response Due
3/19/2025 1:00:00 PM
 
Archive Date
04/30/2025
 
Point of Contact
Danielle Stiff, Phone: 1-801-777-8416
 
E-Mail Address
danielle.stiff.1@us.af.mil
(danielle.stiff.1@us.af.mil)
 
Awardee
null
 
Description
RELATED NOTICES: FA822024RMP01 Avionics Sustainment Support Program (Sources Sought) FA822024RB007 DRAFT Avionics Sustainment Support Program (Special Notice) FA822025RB001 Avionics Sustainment Support Program (Presolicitation) DESCRIPTION: This effort is expected to be full and open competition. No foreign participation is permitted. The Government plans to award a single-award IDIQ contract for the T-38C Avionics Sustainment and Support Program (ASSP) Contractor Logistics Support (CLS) Program. The contractor will be accountable for CLS responsibilities for Contractor Operated and Maintained Base Supply (COMBS), systems engineering, hardware and software upgrades, courseware revision and maintenance, and program management services in support of the T-38C Avionics System. CLS services are required for an estimated 442 T-38C aircraft located at five (5) main operation bases and three (3) satellite sites. CLS services contractor shall provide a full spectrum of transparent Supply Chain Management (SCM) services to support safe, flyable aircraft to meet users' daily flight schedule consistent with Department of Defense (DoD) and commercial sector best practices in procuring, producing, and delivering products and services to customers. These SCM activities include managing supply and demand, sourcing parts, assembly, disposal, warehousing and inventory tracking, order entry and order management, distribution across all channels, and delivery to the customer. Contractor shall use standard DoD Condition Codes. Primary sustaining engineering is accomplished as Block Upgrades to the system software, firmware and hardware as needed. The CLS contract will support the T-38C Flight Training System which provides student pilots with training in a high-altitude, supersonic jet aircraft as a transition from initial flight trainers to high performance United States Air Force (USAF) operational aircraft. Also supports Air Education and Training Command (AETC) T-38C aircraft for Specialized Undergraduate Pilot Training (SUPT), Euro-NATO Joint Jet Pilot Training (ENJJPT), Introduction to Fighter Fundamentals (IFF), Euro-NATO Joint Jet IFF (ENJJIFF), and Pilot Instructor Training (PIT) for the USAF and ENJJPT programs. Additionally, the United States Navy (USN) and the Air Force Materiel Command (AFMC) use the T-38C for flight test programs and test pilot training. The Air Force employs a two-level maintenance concept for T-38C Avionics System support and sustainment. The first level, flight line maintenance, which is the responsibility of the Government, includes identification and removal of faulty equipment, obtaining and installing serviceable equipment, and operational checkout. The second level, which is the responsibility of the Contractor, involves maintenance and repair of faulty equipment. Systems engineering and program management services involve recording, monitoring, and analyzing equipment failures and providing recommendations to maintain or improve aircraft readiness levels. Additionally, a Block Upgrade process may be accomplished. The Block Upgrade process enables a system engineering approach to upgrade aircraft and Aircrew Training Device (ATD) avionics systems and associated courseware, and to keep them viable in a changing world. The Government intends to award one 5-Year base with one 5-Year option Indefinite Delivery/Indefinite Quantity contract. Award will be made on the basis of ""best value"" utilizing tradeoff source selection procedures. Tradeoff considerations will be between Past Performance and Price among those Offerors who have been determined technically acceptable. The Past Performance factor is significantly more important than Price. The Government intends to award without discussions but reserves the right to conduct discussions at its discretion. Anticipated award date is Jan 2026. The base and optional ordering period is anticipated to be Jan 2026 to Jan 2036, with an additional optional performance/delivery period from Jan 2036 to Jan 2037. Offerors are expected to submit offers electronically in response to the solicitation expected to be posted Dec 2024. All responsible sources may submit a proposal which shall be considered by the agency. Technical data can be requested from the contacts in this solicitation with the submission of a signed and current DD2345. To download the attachments, please utilize the PIEE Solicitation Module Link listed below. AMENDMENT 0001 (8 January 2025): uploads all attachments to the SAM.gov link and adds Attachment 8 PPI Tool Download Instructions with the embedded PPI Access File. Offerors are still expected to submit offers through the PIEE Solicitation Module.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd556f57b2aa4be8a8655de0982a588a/view)
 
Record
SN07307959-F 20250110/250108230107 (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.