Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2022 SAM #7629
MODIFICATION

R -- C-17 GLOBEMASTER III SUSTAINMENT CONTRACT (G3) - Phase II Request for Proposal

Notice Date
10/18/2022 9:40:07 AM
 
Notice Type
Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8526 AFLCMC WLMKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8526-21-D-0001_G3_Phase_II_RFP
 
Response Due
7/28/2023 12:30:00 PM
 
Archive Date
07/28/2023
 
Point of Contact
Adam Graham, Phone: N/A, Fax: N/A, Sharnarra Reid, Phone: 478-468-9610, Fax: N/A
 
E-Mail Address
adam.graham.8@us.af.mil, sharnarra.reid.1@us.af.mil
(adam.graham.8@us.af.mil, sharnarra.reid.1@us.af.mil)
 
Description
This statement provides notice that the government anticipates awarding the Phase II modification of an unpriced option for sustainment services in support of the C-17 Globemaster III worldwide fleet. On 28 Sept 21 a 9 year 8 month Indefinite Delivery, Indefinite Quantity (IDIQ) contract was awarded to acquire sustainment services for the worldwide sustainment and logistical support of the C-17 Globemaster III fleet under contract FA8526-21-D-0001. This contract includes FAR 52.217-8 and FAR 52.217-9 options. It includes Fixed-Price-Incentive (Firm Target) (FPIF), Firm-Fixed Price (FFP), Cost-Plus-Fixed-Fee (CPFF), Cost-Plus-Incentive-Fee (CPIF), and Time and Material (T&M) line items. The location of the work is CONUS and OCONUS and in multiple locations. The maximum value is $23,764,751,000.�� Support services provided for under this contract include Program and Project Management, Field Services, System and Sustaining Engineering, Lab Sustainment, Engine Sustainment, Aircraft Integrity Program Support, Technical Orders, Supply Chain Management, Material Improvement Projects, Obsolescence Services, Software Design, Development, and Testing, and Depot Maintenance and Modifications. The contract was awarded with three phases of ordering periods: (1) �Phase I� (Basic Ordering Period 1, Ordering Period 2, and Ordering Period 3), (2) �Option - Phase II�, and (3) �Option - Phase III�. Phase I was included in the initial award. Option Phase II and Option Phase III were included at award but have not yet been exercised. The subject Phase II includes a solicitation for modification of an unpriced option, �Option � Phase II�, which has a 37 month duration for ordering periods starting 1 Oct 24 and stopping on or about 31 Oct 27. The Phase II Ordering periods anticipated are detailed as follows: Option � Phase II Ordering Period 4:�� 1 Oct 2024 - 30 Mar 2025 (6months) Ordering Period 5:�� 1 Apr 2025 - 31 Oct 2025 (7 months) Ordering Period 6:�� 1 Nov 2025 - 31 Oct 2026 (12 months) Ordering Period 7:�� 1 Nov 2026 - 31 Oct 2027 (12 months) As indicated in the SAM.gov Notice ID FA8526-21-D-0001_G3_Phase_II (https://sam.gov/opp/2f93671e56c243439b3347dad2c4f87f/view), this posting contains the attached Request for Proposal for Phase II under the FA8526-21-D-0001 contract.� Solicitation attachments will not be made available on FBO. As provided in the redacted synopsized Justification and Approval (J&A) on or about 13 Oct 2021 on SAM.gov, this contract was awarded using Other Than Full and Open Competition prescribed by FAR 6.302-1 ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements"".� The contract is a sole source award to The Boeing Company (CAGE: 88277). All responsible sources may submit a capability statement of proposal, which will be reviewed by the U.S. Government. A determination by the Government not to compete this proposed contract action is solely within the discretion of the Government. In accordance with Air Force Instruction (AFI) 16.201 and AFFARS 5305.204, foreign participation is not permitted at the prime contractor level. All potential offerors should contact the listed Procurement Contracting Officer (PCO) for additional information, questions, and/or concerns. OMBUDSMAN: All potential offeror(s) should contact the buyer/PCO identified for additional information and/or to communicate concerns, if any, concerning this acquisition. If the contracting officer does not satisfy your concerns, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. When appropriate, potential offeror(s) may contact Ombudsman Thomas (Tom) Eller, D.B.A. at 478-222-1088, email thomas.eller.1@us.af.mil. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. Product or Service Code: R499 -- Professional, administrative, and management support services; NAICS 336411 -- Aircraft Manufacturing Contracting Office: Adam J. Graham Contracting Officer AFLCMC/WLMK (C-17) 660 Eleventh Street Robins AFB GA 31098-2428 adam.graham.8@us.af.mil Attachments/Links No attachments or links have been added to this opportunity.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cfff1b627dc247b3802d2a8665c19502/view)
 
Record
SN06495788-F 20221020/221018230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.