Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet

Bidders ID: NBD00159828121718746
Due Date: Feb 14, 2025
Posted Date: Feb 3, 2025
Level of Government: Federal
State: Federal
Agency: DEPT OF DEFENSE
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Solicitation Number: FA8134-25-R-B002
Source: Members Only
Follow
Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet
Active
Contract Opportunity
Notice ID
FA8134-25-R-B002
Related Notice
FA8134-24-R-B001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
PRESIDENTIAL AND EXECUTIVE AIRLIFT
Office
FA8134 AFLCMC WLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Feb 03, 2025 01:20 pm CST
  • Original Published Date: Dec 13, 2024 02:07 pm CST
  • Updated Date Offers Due: Feb 14, 2025 04:00 pm CST
  • Original Date Offers Due: Feb 14, 2025 04:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2026
  • Original Inactive Date: Dec 31, 2026
  • Initiative:
    • None
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside:
  • Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
Description View Changes

***Contractor Questions and Government Responses (Q&A) are posted today, Monday, February 3, 2025.***





Updated documents referenced in the Q&A will be issued with Solicitation Amendment FA813425RB0020001. However, the Government is providing draft Attachment_7_C-12_Section L-Instructions to Offerors_Rev01 for planning purposes only. If there is any change to the draft Attachment_7_C-12_Section L-Instructions to Offerors_Rev01 document, list of change(s) will be provided when Solicitation Amendment FA813425RB0020001 posts.





Documents posted today:




  1. C-12_CLS_Questions and Answers

  2. C-12_CLS_Controlled Questions and Answers

  3. Attachment_7_C-12_Section L-Instructions to Offerors_Rev01_DRAFT





The Q&A contains response(s)/document(s) that have export control marking. As a result, to view these export-controlled response(s)/Document(s), you must submit an approved DD Form 2345 to the Contracting Officer. Companies that have already submitted a valid approved DD Form 2345 previously do not need to resubmit, but simply request access in SAM.gov.



___________________________________________________________________





*** The Government is still making updates to documents and aiming to have the Q&A and Amendment 01 posted as soon as possible. ***



___________________________________________________________________





*** The Government anticipates to issue Amendment 01 to the RFP and post the Government responses to vendor questions next week. Amendment 01 will include updates to RFP documents and an extension to the proposal due date. ***



___________________________________________________________________





*** A file on how to download the Past Performance Information (PPI) Tool is uploaded today, Tuesday, 14 Jan 2025. Please see attached word document named "PPI_Tool_Download_Instruction". Please note the proposal due date is not changed. ***



___________________________________________________________________





*** Details on Pre-Proposal Conference Day (Friday, 15 January 2025) is posted today Tuesday, 31 December 2024. Please see attached document named "C-12 CLS Pre-Proposal Conference Instructions". ***



*** Fillable Pre-Proposal Conference Day Registration Form is posted today, Tuesday, 31 December 2024. Please see attached document named "C-12 CLS Pre-proposal Registration Fillable Form". Please send your registration form to the Contracting Officer, Ms. Hiwot Tamirat and Ms. Jennie Hendrix by e-mail at hiwot.tamirat@us.af.mil and jennie.hendrix.1@us.af.mil NLT 1600 CST on Wednesday, 15 January 2025. ***



___________________________________________________________________





*** Instruction on how to access controlled documents is posted today, 17 Dec 2024. Please see the file named "Contractor Vendor Controlled Documents betaSAM" and "JCP Portal Access Guide" for your reference. Proposal due date is not changed. ***



In order to view controlled documents, you need to request access and have assigned role in SAM.gov. After you have a role assigned in sam.gov, request to view the documents and ensure you put your company’s cage code in the request. If you do not provide the cage code, this will delay your request for access.



Access will be granted to the controlled documents if an active DD Form 2345 is on file for your company via the Joint Certification Program (JCP) website, https://www.public.dacs.dla.mil/jcp/ext/. If a DD Form 2345 is not found or is inactive, this will need to be updated and active before access will be granted to view controlled documents. Please contact SAM.gov if you are not able to view controlled documents after registration. POCs for this requirement will not be able to assist you.



_____________________________________________________________________





This is the formal Request for Proposal (RFP), FA8134-25-R-B002, for Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet. This acquisition will be a Full and Open competition resulting in single award indefinite delivery indefinite quantity (IDIQ) contract. The North American Industry Classification System (NAICS) code for this effort is 488190 with a size standard of $40,000,000.



All questions regarding this solicitation are due by Friday, 10 January 2025 at 4:00 PM Central Standard Time. Questions shall be sent to the contracting officer at email: hiwot.tamirat@us.af.mil and jennie.hendrix.1@us.af.mil. Please submit questions regarding the RFP using the Excel document provided, "C-12 CLS RFP Questions".



Virtual Pre-Proposal Conference is expected to be held on Friday, 17 January 2025. Details on this event will be posted. To register for the Pre-Proposal Conference, email the contracting officer at email: hiwot.tamirat@us.af.mil and jennie.hendrix.1@us.af.mil not later than Wednesday, 15 January 2025, at 4:00 PM Central Standard Time.



PROPOSALS ARE DUE BY FRIDAY, 14 FEBRUARY 2025 AT 4:00 PM CENTRAL STANDARD TIME.



All proposals shall be submitted using DoD SAFE, https://safe.apps.mil/. All interested Offerors must e-mail Hiwot Tamirat, at hiwot.tamirat@us.af.mil, and Jennie Hendrix at jennie.hendrix.1@us.af.mil in order to receive a request code to drop-off (upload) files in DoD SAFE. Complete instructions are located in Attachment_7_C-12_Section L-Instruction to Offerors, Sections 2.6 and 2.7.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 405 739 4177 3001 STAFF DR BLDG 3001
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact
History
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.

TRY FOR FREE

Not a GovernmentBidders Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >