Search Contract Opportunities

Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet   2

ID: FA8134-25-R-B002 • Type: Solicitation

Description

Posted: March 24, 2025, 1:23 p.m. EDT

*** Updated Contractor questions and Government responses (Q&A_Rev02) are posted today, Monday, 24 Mar 2025. Please note the proposal due date is not changed.***

"Attachment_7_C-12_Section L-Instruction to Offerors_Rev02" contained discrepancies that unintentionally reverted content back to the original "Attachment_7_C-12_Section L-Instruction to Offerors". These discrepancies undid changes introduced in "Attachment_7_C-12_Section L-Instruction to Offerors_Rev01". The Government has issued a corrected version of "Attachment_7_C-12_Section L-Instruction to Offerors_Rev02" to address these discrepancies. For ease of reference, corrections are highlighted in yellow on pages 6 and 8.

Documents posted today:

  1. C-12_CLS_Questions and Answers_Rev02
  2. Attachment_7_C-12_Section L-Instructions to Offerors_Rev02_Corrected

PROPOSALS ARE DUE BY Thursday, 27 March 2025 AT 12:00 PM CDT.

___________________________________________________________________

*** Amendment of Solicitation, FA813425RB0020002, is hereby issued today, Thursday, 13 Mar 2025. Proposals due date is extended to 12:00PM Central Daylight Time (CDT), 27 Mar 2025 ***

Please see changes incorporated to the following documents:

(a) Attachment_7_C-12_Section L-Instructions to Offerors_Rev02_DRAFT

  1. Page 11, para 3.2.3.a, added (LOI)
  2. Page 19, para 5.2.6.1, added average

(b) FA813425RB002 Amendment 02 Clause Set Updates (DRAFT), the following clauses/provisions are updated/added/deleted

  1. FAR 52.204-8 (DEVIATION 2025-O0004), Annual Representations and Certifications (DEVIATION 2025-O0004), MAR 2025
  2. 52.223-10 (DEVIATION 2025-O0004), Waste Reduction Program (DEVIATION 2025-O0004), MAR 2025
  3. 52.223-10, Waste Reduction Program, MAY 2024

The Government has posted the following updated documents in regard to the Amendment of Solicitation FA813425RB0020002:

  1. SF30_Amendment_of_Solicitation_FA813425RB0020002
  2. FA813425RB002_Amendment_02_Clause_Set_Updates
  3. Attachment_7_C-12_Section L-Instructions to Offerors_Rev02
  4. Attachment_9_C-12_Pricing_Matrix_Rev01

Note: Attachment_9_C-12_Pricing_Matrix_Rev01 updated plug numbers for CLINs X066-X084; and added a note regarding plug numbers provided (cell H80) for the composite rates of CLINs X060-X065.

Questions regarding Amendment 0002 are due by Thursday, 20 Mar 2025 at 12:00 PM CDT. Questions shall be sent to the contracting officer via email at hiwot.tamirat@us.af.mil, and jennie.hendrix.1@us.af.mil. Unless there is compelling reason, the Government will not accept additional questions following this round of Q&A.

PROPOSALS ARE DUE BY Thursday, 27 March 2025 AT 12:00 PM CDT.

___________________________________________________________________

*** Updated Contractor questions and Government responses (Q&A_Rev01) are posted today, Thursday, 06 Mar 2025. ***

We are currently working to issue Solicitation Amendment FA813425RB0020002. The extended RFP due date of 17 Mar 2025 is hereby rescinded. The new RFP due date will be two weeks after the issue date of Solicitation Amendment FA813425RB0020002.

Updated documents referenced in the Q&A_Rev01 will be issued with Solicitation Amendment FA813425RB0020002. Solicitation Amendment FA813425RB0020002 will mainly revise provisions and clauses that were inadvertently omitted and included due to contract writing system issue. For planning purposes only, the Government is providing draft Attachment_7_C-12_Section L-Instructions to Offerors_Rev02; and list of provisions/clauses that will be added or deleted in Solicitation Amendment FA813425RB0020002.

If there is any change to the draft documents, Attachment_7_C-12_Section L-Instructions to Offerors_Rev02 and FA813425RB002 Amendment 02 Clause Set Updates, list of change(s) will be provided when Solicitation Amendment FA813425RB0020002 posts.

Documents posted today:

  1. C-12_CLS_Questions and Answers_Rev01
  2. Attachment_7_C-12_Section L-Instructions to Offerors_Rev02 (DRAFT)
  3. FA813425RB002 Amendment 02 Clause Set Updates (DRAFT)

___________________________________________________________________

*** This notice is to inform offerors that the Government is planning to issue Solicitation Amendment FA813425RB0020002. As a result, the RFP due date is extended to Monday, 17 March 2025 at 1600 CDT. The second Q&A and draft documents referenced in the Q&A will be posted shortly. ***

___________________________________________________________________

*** Updated CBA for Andrews AFB, MD - Holloman AFB, NM is uploaded today, Thursday, 20 Feb 2025. Please see attached PDF document named "Attachment_10_C-12_Wage_Determinations_(CBA)_Rev01". Please note the proposal due date is not changed. ***

___________________________________________________________________

*** Amendment of Solicitation, FA813425RB0020001, is hereby issued today, Monday, 18 Feb 2025. ***

The following changes are incorporated to the draft Section L document named "Attachment_7_C-12_Section L-Instructions to Offerors_Rev01_DRAFT":

  1. Page 8 - paragraph numberings (highlighted in yellow). These changes are also reflected in Table 2.2, under Volume IV (page 6)
  2. Page 8 - paragraph 2.4.2 regarding line spacing (highlighted in yellow)

The Government has posted the following documents in regards to the Amendment of Solicitation FA813425RB0020001:

  1. SF30_Amendment_of_Solicitation_FA813425RB0020001
  2. Attachment_1_C-12_CLINs_Descriptions_and_Specifications_Rev01
  3. Attachment_5_C-12_Performance_Work_Statement_Rev01
  4. Attachment_7_C-12_Section L-Instructions to Offerors_Rev01
  5. Attachment_8_C-12_Section M-Evaluation Factors for Award_Rev01
  6. Attachment_10_C-12_Wage Determinations_(CBA)_Rev01
  7. Attachment_12_C-12_Incentive_Plan_Rev01
  8. Exhibit A_C-12_CLS_Contract_Data_Requirements_List_(CDRLs)_Rev01
  9. Historical C-12 Airframe Hours (Controlled Document)

To view export-controlled document(s), offerors 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.

Questions regarding Amendment 0001 are due by Thursday, 20 February 2025 at 4:00 PM Central Standard Time. Questions shall be sent to the contracting officer via email at hiwot.tamirat@us.af.mil and jennie.hendrix.1@us.af.mil.

PROPOSALS ARE DUE BY FRIDAY, 28 FEBRUARY 2025 AT 4:00 PM CENTRAL STANDARD TIME.

___________________________________________________________________

*** The Government is still working to issue Solicitation Amendment FA813425RB0020001. This notice is to inform offerors that the RFP due date is extended to Friday, 28 February 2025 at 1600 CST. Please forward your questions to the Procurement Contracting Officer at hiwot.tamirat@us.af.mil and jennie.hendrix.1@us.af.mil. ***

___________________________________________________________________

***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.

Posted: March 13, 2025, 12:37 p.m. EDT
Posted: March 6, 2025, 12:33 p.m. EST
Posted: Feb. 26, 2025, 5:34 p.m. EST
Posted: Feb. 20, 2025, 2:50 p.m. EST
Posted: Feb. 18, 2025, 5:19 p.m. EST
Posted: Feb. 10, 2025, 3:51 p.m. EST
Posted: Feb. 3, 2025, 2:20 p.m. EST
Posted: Jan. 31, 2025, 5:25 p.m. EST
Posted: Jan. 24, 2025, 1:32 p.m. EST
Posted: Jan. 14, 2025, 1:14 p.m. EST
Posted: Dec. 31, 2024, 3:22 p.m. EST
Posted: Dec. 17, 2024, 2:20 p.m. EST
Posted: Dec. 13, 2024, 3:20 p.m. EST
Background
The solicitation FA8134-25-R-B002 is issued by the United States Air Force (USAF) for Contractor Logistic Support (CLS) Services for the C-12 Aircraft Fleet. The C-12 aircraft are militarized versions of FAA type certificated Beechcraft models and are utilized for various missions including diplomatic support, passenger and cargo transport, medevac operations, and test support.

This acquisition aims to provide comprehensive logistics support to maintain operational readiness of the fleet, which consists of 30 aircraft stationed at multiple locations both within and outside the continental United States (CONUS and OCONUS). The contract will be awarded as a single indefinite delivery indefinite quantity (IDIQ) contract under full and open competition, with a maximum order amount of $500 million.

Work Details
The contractor will be responsible for providing a range of services including:
1. Operation of a Contractor Operated Main Base Supply (COMBS).
2. Aircraft maintenance, including depot level maintenance.
3. Field Team and Deployment support.
4. Overhaul services for propellers and engines.
5. Engineering support as required to maintain the aircraft fleet's operational capabilities.
6. The contractor must also provide any necessary items integral to CLS support as outlined in the Performance Work Statement (PWS).

Additionally, the contractor may be required to submit proposals for additional work during the contract period, which must include a self-calculating Electronic Cost Model in Microsoft Excel format.

Period of Performance
The contract will be performed over an indefinite period with task orders issued as needed, including a transition/phase-in period followed by multiple option years.

Place of Performance
The services will be performed at various locations including three CONUS bases and 17 OCONUS sites where the C-12 aircraft are stationed.

Overview

Response Deadline
Feb. 14, 2025, 5:00 p.m. EST Past Due
Posted
Dec. 13, 2024, 3:20 p.m. EST (updated: March 24, 2025, 1:23 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
On 12/13/24 AFLCMC Tinker AFB issued Solicitation FA8134-25-R-B002 for Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet due 2/14/25. The opportunity was issued full & open with NAICS 488190 and PSC J015.
Primary Contact
Name
Hiwot Tamirat   Profile
Phone
None

Secondary Contact

Name
Jennie Hendrix   Profile
Phone
None

Documents

Posted documents for Solicitation FA8134-25-R-B002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation FA8134-25-R-B002

Incumbent or Similar Awards

Contracts Similar to Solicitation FA8134-25-R-B002

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8134-25-R-B002

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8134-25-R-B002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > FA8134 AFLCMC WLK
FPDS Organization Code
5700-FA8134
Source Organization Code
500022668
Last Updated
March 24, 2025
Last Updated By
hiwot.tamirat@us.af.mil
Archive Date
Dec. 31, 2026