Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 2 PM
Solicitation
Hill air force base Utah

Pre-solicitation Synopsis for Sources Sought for Follow on TYQ23A and TSC 250 Contractor Logistic Support

Details

Solicitation ID FA821725RB005
Posted Date 01 Jul 2025 at 2 PM
Response Date 15 Jul 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa8217 Aflcmc Hbdk
Agency Department Of Defense
Location Hill air force base Utah United states 84056

Possible Bidders

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Domestic Awardees (undisclosed)

Accra Uljin Washington Arlington

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Fss Alutiiq Joint Venture

Anchorage Chesapeake

Sign up to access Documents

Signup now

30 June 2025

OFFICIAL PRE-SOLICITATION SYNOPSIS

This is the official presolicitation synopsis notice following FAR 5.207 which includes the content of the upcoming solicitation information and attachments, the proposed solicitation number total Small Business Set-Aside effort: FA821725RB005, the CLIN structure is noted in this description and in the attached solicitation. THIS PRE-SOLICITATION SYNOPSIS WILL CLOSE ON THE 15TH OF JULY 2025 at 4:00 pm MDT.

A draft pre-solicitation notice was issued in May 2025, with questions and answers noted and the draft closed per the date noted below.

This description provides the scope noted below for this effort along with the CLIN structure.  The effort is an Indefinite Delivery/Indefinite Quantity (IDIQ) 5 year Contractor Logistic Support (CLS) effort.  Each year, when funded, a task order will be released to support the CLS per the noted dates up to 12 months. Future task orders will be funded and released per the requirement with any needed Statement of Work and delivery information per the date needed.

All responsible Small Business sources may submit a bid, proposal, or quotation which shall be considered by the agency.  

Per DAFFARS 5305.204 - Presolicitation Notices:  In accordance with (IAW) DAFMAN 16-201, the contracting officer must identify if there are any restrictions on foreign participation.  

IAW this DAFFARS and DAFMAN references above, it is determined by the Contracting Officer that there is a restriction for no foreign participation.  

PRESOLICITATION Synopsis for upcoming Source Selection Effort.  This synopsis is a notification to industry for an upcoming solicitation for the Control and Reporting Center (CRC) Contractor Logistic Support (CLS) for sustainment of the TYQ 23A and TSC 250 systems in various locations CONUS and OCONUS, with a NAICS of 541990 and Service Code of R425.  No request is being made for proposal submissions at this time.  A notice to submit proposals will be posted at a later date.

The previous DRAFT synopsis/presolicitation closed 15 business days from postdate on 22 May 2025 at 4:00 pm MDT.

Once the official Request for Proposal (RFP)/Solicitation notice is posted, a 30 day period for receipt will be given for proposal submission. Offers must be in accordance with the Proposal Adequacy Checklist, DFARS 252.215-7009 in the attachments. For the solicitation, all responsible Small Business sources as noted in the following paragraph may submit a response which, if received timely, must be considered by the agency.  (FAR 5.207(c)(16)(i)).  The effort has a proposed award date of January 2026.

This is a small business set aside, Lowest Price Technically Acceptable, no foreign participants will be allowed on this effort.  Please include in response if the respondent is a large business, small disadvantaged business, 8(a) concern, etc., and if the respondent is a US or a foreign-owned firm.

Previous Subject: DRAFT presolicitation/synopsis - CRC CLS for the TYQ 23A and TSC 250.  This will be a 5-year IDIQ CLS with task orders issued per requirement and funding. The Government is open to questions or concerns from industry related to the this draft  subject solicitation.  All questions concerns are due by the 14th of May to the POC's in this posting. Review all attachments in this posting.

The solicitation FA821725RB005 description of this effort starts on page 7 of the attached solicitation.

This is a service contract to provide Contract Logistics Support and unscheduled maintenance/repairs on various configurations, technologies, and manufacturers of Tactical Air Operations Module AN/TYQ-23A and TSC-250 Communication Data Link System (CDLS) and ancillary equipment for the United States Air Force (USAF) and Government Agencies Worldwide. Maintenance of these systems is critical to ensure that the systems will function as designed for operational and mission success. Repairs, including emergency repairs, are required to keep these systems in fully functional condition. The Performance Work Statement (PWS) and contractual discrepancies shall be identified, clarified, and negotiated with the Procurement Contracting Officer (PCO). The PCO is the only individual who can legally bind the Government.

The Contractor shall provide all personnel, labor, equipment, supplies, transportation, tools, materials, technical data/manuals, expertise, supervision, and services necessary to perform maintenance as defined in this PWS except for those items provided by base support. The Contractor shall employ a worldwide service organization, trained and experienced in providing Contract Logistics Support, such as but not limited to diagnosis and repair on all covered equipment. The Contractor is ultimately responsible for problem resolution during maintenance activities, i.e., the Contractor shall be responsible for aspects of maintenance activities to include associated hardware and software to ensure fully operational status, troubleshooting/diagnosis, and resolution. The Contractor shall ensure internal coordination and correction of problem resolution with the Government Point-Of-Contact (POC) and Control and Reporting Center (CRC) Program Management Office (PMO), prior to work performance.

SCOPE: The Contractor shall furnish all labor, tools, equipment, technical data/manuals, materials, supplies, parts, Original Equipment Manufacturer (OEM) service bulletins, and services necessary to perform Contractor Logistics Support on TYQ-23A/TSC-250 In Accordance With (IAW) OEM standards (commercial standards if third party is performing service/repair), including software/firmware upgrades. This support includes but is not limited to: Engineering support, project services, R&M tracking analyses, procurement of spares (Spares Parts Usage Report), depot supply support, depot maintenance support for Hardware/Software (HW/SW), Technical Orders/Manuals (TO/TM), Time Compliant Technical Order’s (TCTOs), Packaging, Handling, Storage and transportation (PHS&T), warranty management, Government Furnished Property (GFP) and any component that compromises the “TYQ-23A/TSC-250 System”, for the USAF and Government Agencies worldwide. This support shall also include Emergency and Preventative Maintenance for any future technologies designed to be implemented in the TYQ-23A/TSC-250. This sustainment effort may substantially increase in cost due to future capability advancements on the TYQ-23A/TSC-250 and related systems through a bilateral modification. If there is a next-generation or replacement to the TYQ-23A/TSC-250 that is fielded during the POP of this contract, CLS support will continue to be required for the TYQ-23A/TSC-250 program.

CLIN Structure:

CLIN 0001 FFP Contractor Logistic Support
CLIN 0002 CPFF Engineering Services
CLIN 0003 FFP Project Services
CLIN 0004 CPFF Software
CLIN 0005 FFP Licenses
CLIN 0006 CR Travel
CLIN 0007 CR ODC
CLIN 0008 FFP DATA Not Separately Priced
Options per year:

CLIN 4001 - 8001 FFP Facility Support
CLIN 4007- 8007 CR Operating Expenses

Questions may be sent to the points of contact for this synopsis:

Wendy Farley, Contracting Officer, ([email protected]); Mitchell Gooslin, Contracting Officer/Buyer, ([email protected]); and Carlos Michel, Buyer ([email protected]).

ALL COMMUNICATIONS TO BE THROUGH ELECTRONIC COMMUNICATIONS, EMAIL.  SEE POC'S EMAILS NOTED IN THIS SYNOPSIS.  PLEASE INCLUDE THE SOLICITATION NUMBER NOTED IN THIS SYNOPSIS ON ALL CORRESPONDENCE.

NO PROPOSALS WILL BE ACCEPTED DURING THIS PRESOLICITATION POSTING.  THE SOLICIATION RELEASE DATE WILL BE ESTIMATED NO EARLIER THAN THE 14TH OF JULY AND NO LATER THAN 30 JULY 2025 AND WILL BE RELEASED FOR 30 DAYS FROM THE DATE OF RELEASE.

28 May 2025

DRAFT  DRAFT  DRAFT

Questions and Answers attachment

The response to the questions document that was in Word was not readable.  Apologies for the attachment.  An updated pdf document will be posted to this draft pre-solicitation notice.

See the attachments section.

22 May 2025

DRAFT DRAFT DRAFT

Responses to questions submitted during the posting of the DRAFT RFP are in an excel spreadsheet attached in the attachment section of this posting.  

Thank you for submitting questions. 

DRAFT  DRAFT   DRAFT PRESOLICITATION for upcoming Source Selection Effort.  This synopsis is a notification to industry for an upcoming solicitation for the Control and Reporting Center (CRC) Contractor Logistic Support (CLS) for sustainment of the TYQ 23A and TSC 250 systems in various location CONUS and OCONUS, with a NAICS of 541990 and Service Code of R425.  No request is being made for proposal submissions at this time.  A notice to submit proposals will be posted at a later date.

This synopsis/presolicitation will close 15 business days from postdate on 22 May 2025 at 4:00 pm MDT.

Once the official Request for Proposal (RFP)/Solicitation notice is posted, a 30 day period for receipt will be given for proposal submission. Offers must be in accordance with the Adequate Proposal List, DFARS 252.215-7009 checklist included in the solicitation.  For the solicitation, all responsible sources as noted in the following paragraph may submit a response which, if received timely, must be considered by the agency.  (FAR 5.207(c)(16)(i)).  The effort has a proposed award date of January 2026.

This is a small business set aside, Lowest Price Technically Acceptable, no foreign participants will be allowed on this effort.  Please include in response if the respondent is a large business, small disadvantaged business, 8(a) concern, etc., and if the respondent is a US or a foreign-owned firm.

Subject: DRAFT presolicitation/synopsis - CRC CLS for the TYQ 23A and TSC 250.  This will be a 5-year IDIQ CLS with task orders issued per requirement and funding.

The Government is open to questions or concerns from industry related to the this draft  subject solicitation.  All questions concerns are due by the 14th of May to the POC's in this posing. Review all attachments in this posting.

DRAFT Solicitation FA821725RB005 Description of effort starts on page 7 of the attached solicitation

This is a service contract to provide Contract Logistics Support and unscheduled maintenance/repairs on various configurations, technologies, and manufacturers of Tactical Air Operations Module AN/TYQ-23A and TSC-250 Communication Data Link System (CDLS) and ancillary equipment for the United States Air Force (USAF) and Government Agencies Worldwide. Maintenance of these systems is critical to ensure that the systems will function as designed for operational and mission success. Repairs, including emergency repairs, are required to keep these systems in fully functional condition. The Performance Work Statement (PWS) and contractual discrepancies shall be identified, clarified, and negotiated with the Procurement Contracting Officer (PCO). The PCO is the only individual who can legally bind the Government.

The Contractor shall provide all personnel, labor, equipment, supplies, transportation, tools, materials, technical data/manuals, expertise, supervision, and services necessary to perform maintenance as defined in this PWS except for those items provided by base support. The Contractor shall employ a worldwide service organization, trained and experienced in providing Contract Logistics Support, such as but not limited to diagnosis and repair on all covered equipment. The Contractor is ultimately responsible for problem resolution during maintenance activities, i.e., the Contractor shall be responsible for aspects of maintenance activities to include associated hardware and software to ensure fully operational status, troubleshooting/diagnosis, and resolution. The Contractor shall ensure internal coordination and correction of problem resolution with the Government Point-Of-Contact (POC) and Control and Reporting Center (CRC) Program Management Office (PMO), prior to work performance.

SCOPE: The Contractor shall furnish all labor, tools, equipment, technical data/manuals, materials, supplies, parts, Original Equipment Manufacturer (OEM) service bulletins, and services necessary to perform Contractor Logistics Support on TYQ-23A/TSC-250 In Accordance With (IAW) OEM standards (commercial standards if third party is performing service/repair), including software/firmware upgrades. This support includes but is not limited to: Engineering support, project services, R&M tracking analyses, procurement of spares (Spares Parts Usage Report), depot supply support, depot maintenance support for Hardware/Software (HW/SW), Technical Orders/Manuals (TO/TM), Time Compliant Technical Order’s (TCTOs), Packaging, Handling, Storage and transportation (PHS&T), warranty management, Government Furnished Property (GFP) and any component that compromises the “TYQ-23A/TSC-250 System”, for the USAF and Government Agencies worldwide. This support shall also include Emergency and Preventative Maintenance for any future technologies designed to be implemented in the TYQ-23A/TSC-250. This sustainment effort may substantially increase in cost due to future capability advancements on the TYQ-23A/TSC-250 and related systems through a bilateral modification. If there is a next-generation or replacement to the TYQ-23A/TSC-250 that is fielded during the POP of this contract, CLS support will continue to be required for the TYQ-23A/TSC-250 program.

CLIN Structure:

CLIN 0001 FFP Contractor Logistic Support
CLIN 0002 CPFF Engineering Services
CLIN 0003 FFP Project Services
CLIN 0004 CPFF Software
CLIN 0005 FFP Licenses
CLIN 0006 CR Travel
CLIN 0007 CR ODC
CLIN 0008 FFP DATA Not Separately Priced
Options per year:

CLIN 4001 - 8001 FFP Facility Support
CLIN 4007- 8007 CR Operating Expenses

Questions may be sent to the points of contact for this synopsis:

Wendy Farley, Contracting Officer, ([email protected]); Mitchell Gooslin, Contracting Officer/Buyer, ([email protected]); and Carlos Michel, Buyer ([email protected]).

ALL COMMUNICATIONS TO BE THROUGH ELECTRONIC COMMUNICATIONS, EMAIL.  SEE POC'S EMAILS NOTED IN THIS SYNOPSIS.  PLEASE INCLUDE THE SOLICITATION NUMBER NOTED IN THIS SYNOPSIS ON ALL CORRESPONDENCE.

NO PROPOSALS WILL BE ACCEPTED DURING THIS PRESOLICITATION POSTING

Similar Opportunities

Similar Awards

Location Unknown 10 Jan 2014 at 9 PM
Yakima Washington 12 Oct 2018 at 7 PM
Yakima Washington Not Specified
Yakima Washington 03 Dec 2018 at 6 PM
Yakima Washington Not Specified