Search Contract Opportunities

T-38 Aircraft Maintenance Program (AMP)   3

ID: FA4890-15-R-0007 • Type: Sources Sought

Description

THIS IS NOT A SOLICITATION NOTICE

This is a market survey for planning purposes only and no award will be made as a result of this Request for Information (RFI) to identify interested sources. Funding is not available at this time. Submitting company information does not bind the Air Force for any future solicitations or contracts resulting from this RFI. The purpose of this RFI is to improve the understanding of Government requirements and industry capabilities regarding the T-38 Aircraft Maintenance Program and to allow potential offerors to judge whether or not the Government's requirements can be satisfied within offerors' capabilities.
BACKGROUND

The Air Combat Command (ACC) T-38 Aircraft Maintenance Program (AMP) contract has been in effect for over 25 years. Over this period, the versatility of the T-38 aircraft has expanded considerably, as have maintenance requirements. The ACC Acquisition Management and Integration Center (AMIC) managed T-38 AMP contract provides for the sustainment of 63 T-38A/AT-38B aircraft. These T-38 aircraft are located at Beale, Langley, Tyndall, and Whiteman AFBs. Organizational maintenance (launch, recover, inspect and perform minor repairs) is performed at all four of these locations. The program utilizes one Centralized Repair Facility (CRF) located at Holloman AFB, NM to service the four geographically separated T-38 Operating Locations
The primary mission of the T-38 AMP contract is to provide intermediate and organizational maintenance for ACC, AFMC and AFGSC MAJCOM T-38 aircraft. The most key outcome is safe, reliable aircraft with aircraft availability at each OL sufficient to meet the requirement owners' missions. The AMP contractor is responsible to execute contract requirements in a safe and appropriate manner acceptable to the Government in accordance with the draft Performance Work Statement (Attachment 1).
The North American Industry Classification System (NAICS) Code for this requirement is 488190, Other Support Activities for Air Transportation. The U.S. Small Business Administration established the small business concern size standard for NAICS Code 488190 as $32.5 million in average annual receipts, which usually is the average of the concern's receipts for the last three completed fiscal years. The period of performance will be one (1) base year plus six (6) option years. The contract includes requirements for priced options: (1) to expand operations with an additional OL at Nellis AFB, NV (2) establish a capability for contractor Functional Check Flight Pilots and (3) a 6-month option to extend services. These options will be addressed within the contract solicitation with two priced optional Contract Line Items Numbers (CLINs). The approximate performance period will be 1 October 2016 to 30 September 2023. The total contract period will not exceed seven (7) years and six (6) months. Award will be made using Full Tradeoff IAW FAR Part 15. The final contract is anticipated to be firm-fixed price, with some cost reimbursable line items to include materials, labor, and travel.
Current contract FA4890-11-C-0005 T-38 Companion Trainer Program (CTP) is performed by M1 Support Services, L.P. ACC AMIC Contracting estimates draft RFP FA4890-15-R-0007 to be posted in July 2015.
INDUSTRY DAY

HQ ACC AMIC will be conducting an Industry Day, an open forum briefing and one-on-one sessions, on Tuesday, 12 May 2015 at the Hilton Garden Inn, 180 Regal Way, Newport News VA 23602 from 9:00 a.m. to 12:00p.m. EST. Requests to attend Industry Day must be submitted via email no later than 4:30p.m. EST on Tuesday, 05 May 2015. For further information, please refer to Attachment 2, Industry Day Announcement Memorandum for Potential Offerors.
SMALL BUSINESS DETERMINATION
In order for the Contracting Officer to set aside any acquisition over the Simplified Acquisition Threshold ($150,000), there must be a reasonable expectation that offerors can satisfactorily perform contract requirements and that award will be made at a fair market price. Total set-asides cannot be made unless such a reasonable expectation exists. The Government believes that it is mutually beneficial to determine the capability of offerors eligible for set-asides early in the procurement process in order to preclude the need for a modification of the acquisition strategy later. Small Business Concerns requested to address capabilities questions located on the Small Business Set-Aside Determination Request memo (Attachment 3) as part of ACC AMIC's ongoing market research.
Interested small business concerns are requested should send answers to the Small-Business Set-Aside Determination request electronically no later than 4:30p.m. EST on Friday, 22 May 2015 via email to ACCAMIC.T38.Recompete@us.af.mil.
MARKET RESEARCH QUESTIONNAIRE

Information is requested by addressing a Market Research Questionnaire (Attachment 4) and requested to be submitted ACC AMIC Contracting. The findings from this market research effort may impact any future solicitations related to this requirement. This RFI for Sources Sought is not a solicitation, as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Responses to this RFI will not form a binding contract. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is also requesting that restrictive or proprietary markings or information is not used in response to this RFI.
Interested parties should send their company/service capabilities information and answers to the Market Research Questionnaire electronically no later than 4:30p.m. EST on Friday, 22 May 2015 via email to ACCAMIC.T38.Recompete@us.af.mil. Phone calls will not be accepted.

Attachments:
1. Draft Performance Work Statement (PWS)
2. Industry Day Announcement Memorandum for Potential Offerors
3. Small Business Set-Aside Determination Request
4. Market Research Questionnaire

Overview

Response Deadline
May 22, 2015, 5:30 p.m. EDT Past Due
Posted
April 21, 2015, 3:30 p.m. EDT (updated: Nov. 13, 2015, 2:39 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
32%
On 4/21/15 Air Combat Command issued Sources Sought FA4890-15-R-0007 for T-38 Aircraft Maintenance Program (AMP) due 5/22/15. The opportunity was issued full & open with NAICS 488190 and PSC J.
Primary Contact
Name
Crystal L Champion   Profile
Phone
None

Documents

Posted documents for Sources Sought FA4890-15-R-0007

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FA4890-15-R-0007

Award Notifications

Agency published notification of awards for Sources Sought FA4890-15-R-0007

Contract Awards

Prime contracts awarded through Sources Sought FA4890-15-R-0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA4890-15-R-0007

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA4890-15-R-0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > AMIC > FA4890 HQ ACC AMIC
FPDS Organization Code
5700-FA4890
Source Organization Code
500042962
Last Updated
July 10, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 10, 2019