SOLICITATION NOTICE
15 -- C-17 Globemaster III Integrated Sustainment Program (GISP)
- Notice Date
- 3/12/2010
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8526-10-R-21091
- Archive Date
- 11/13/2010
- Point of Contact
- Robert N. Jones, Phone: 478-327-5643, Katherine M. Whelchel, Phone: 478-327-7136
- E-Mail Address
-
robert.jones3@robins.af.mil, Katherine.Whelchel@robins.af.mil
(robert.jones3@robins.af.mil, Katherine.Whelchel@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is for the procurement of support and sustainment services to the Government Product Support Integrator (PSI) for the C-17 weapon system. Support shall include, but not be limited to: Program Management; Sustaining Logistics; Material and Equipment Management; Sustaining Engineering; Depot Level Aircraft Maintenance and Modifications; F117 Propulsion System Management; Long-Term Sustainment (LTS) Planning; and Air Logistics Center Partnering Support for the worldwide fleet of the C-17 aircraft through the Virtual Fleet Concept. The Contractor shall actively engage with the Government to ensure an efficient transition from Contractor to Government PSI. An Indefinite Delivery/Indefinite Quantity (ID/IQ) contract is anticipated with a five (5) year basic ordering period and five (5) one-year option ordering periods. This contract may include Firm Fixed Price (FFP), Fixed Price Award Fee (FPAF), Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), Cost Reimbursement No Fee (CR), and Time & Material (T&M) type line items. The approximate RFP issue date is 5 Apr 10, with response by 29 Oct 10. Electronic procedures will be used for this solicitation. See our webpage at http://pkec.robins.af.mil. To: The Boeing Company, CAGE code: 88277. The Government does not own the data for this procurement. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies or services required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited, number of sources under the authority of FAR 6.302. Anticipated award date is 7 Sep 11. All potential offerors should contact the buyer/PCO identified below for additional information and/or to communicate concerns, if any, concerning this acquisition. Primary point of contact: Robert N. Jones, Jr., robert.jones3@robins.af.mil, Phone: 478-327-5643, Fax: 478-926-9656 Secondary point of contact: Katherine Whelchel, katherine.whelchel@robins.af.mil, Phone: 478-327-7136, Fax: 478-926-9656 For assistance in interpreting the CBD announcement, please see the CBD Readers Guide. Notes 22 and 26 apply.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8526-10-R-21091/listing.html)
- Place of Performance
- Address: Primary: Contractor's Facility, Other locations TBC in RFP, United States
- Record
- SN02091134-W 20100314/100312235650-44d6aceaccc82e5c3ba95a774a9c3d0e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |