Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

J -- USAFE F16 DEPOT

Notice Date
1/13/2020 2:33:17 PM
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA8232 AFLCMC WWMK HILL AFB UT 84056 USA
 
ZIP Code
84056
 
Solicitation Number
FA823220R0002
 
Response Due
1/25/2020 7:00:00 AM
 
Archive Date
05/21/2020
 
Point of Contact
Johnny Billett, Phone: 8017771602, Eric Dumpert, Phone: 8017775964
 
E-Mail Address
johnny.billett@us.af.mil, eric.dumpert.1@us.af.mil
(johnny.billett@us.af.mil, eric.dumpert.1@us.af.mil)
 
Description
RFP Synopsis FA823220R0002 - Drafts of PWS, Sections L&M, and Pricing Table, etc. can be found at FA8232F16USAFEDRAFTS �1. This is an advance notice that the F-16 System Program Office (SPO) plans to issue a solicitation and conduct a competitive source selection under Full and Open Competition for Depot Support Services on United States Air Forces in Europe (USAFE) F-16s and, as required, pre-block aircraft. No set-aside is contemplated but NAICS Code 488190 applies. A 5 year, Indefinite Delivery/Indefinite Quantity (IDIQ) ordering contract with a 5-year IDIQ option is contemplated to accommodate applicable annual Operation and Maintenance (O&M) appropriations. The anticipated period of ordering for the proposed contract is from 01 July 2020 through 31 June 2025 with a 5-year option from 1 July 2025 through 31 June 2030. �2. This requirement is for aircraft depot-level maintenance and repair at contractor-operated facility located within the competition circle (Attachment 1) primarily for F-16 aircraft allocated to the United States Air Forces in Europe (USAFE) Major Command (MAJCOM) and to support possible overflow requirements for all USAF F-16 aircraft.� Additionally, this contract will contain provisions to send Contractor Field Teams (CFT) to perform depot-level repairs on any F-16 aircraft in any location, excluding combat zones on an as needed basis. The scope of the workload includes core defined depot-level maintenance activities, predefined programmatic work, and unplanned drop-in maintenance. �3. Core defined work includes, but is not limited to, aircraft coating removal and painting, Non-Destructive Inspections (NDI), and Radar Absorbing Material (RAM) intake surface repair.� Programmed work will include major depot-level modifications and repairs, to include, but not limited to, longeron repair or replacement, major bulkhead repair or replacement, wing repair or replacement, and avionic modifications/upgrades.� Additional workload that is not predefined will be supported as drop-in maintenance or over-and-above type efforts. �4. Contract Ceiling amount is $365,000,000.00. �5. Closing date TBD. � �6. Foreign participation IS allowed �7. Data packages will be released in accordance with US requirements.� Please submit your Cage code when responding with question(s) to this draft. � 8. Questions should be directed to Johnny Billett, telephone (801) 777-1602: email: johnny.billett@us.af.mil or Eric Dumpert, Procuring Contract Officer, telephone: (801) 777-5964, email: eric.dumpert.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/055374f9d9f24aea843570ebc7574bb2/view)
 
Record
SN05532945-F 20200115/200113230259 (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  © 1994-2020, Loren Data Corp.