Federal Bid

Last Updated on 16 Oct 2016 at 8 AM
Solicitation
Eglin air force base Florida

Backshop Aircraft Maintenance Services

Solicitation ID FA2486-16-R-0016
Posted Date 18 Aug 2016 at 2 PM
Archive Date 16 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Eglin air force base Florida United states 32542

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Services Management Office (PZZ), intends to award a sole-source bridge contract for Backshop Aircraft Maintenance in support of the 96th Test Wing. The 96th Maintenance Group is designated as the lead aircraft maintenance support organization for the 96th Test Wing. The skills and expertise required for this support consist primarily of aircraft maintenance professionals, but also includes administrative and functional support. Transitioning from the incumbent contractor to a potential new contractor would result in unacceptable delays in fulfilling the agency's requirements. A gap in service would seriously impede the warfighting capability of USAF combat aircraft and flight test missions in regards to the F-16, F-15, A-10, UH1N, and C-130 type aircraft.

The current Backshop contract will expire on 30 September 2016. The Government must avoid a break in service while conducting the follow-on competition.

The Government intends to award a sole-source bridge contract running for 3 months plus a 3 month option. The Government plans to award this bridge contract to the incumbent contractor, PAE, under the authority of FAR 6.302-1, Only One Responsible Source. This bridge contract will allow the government time to conduct a source selection. 

Sources interested in providing capability statements must be capable of providing personnel, equipment, tools, materials, vehicles, supervision, logistics, training, and the technical support necessary to manage and perform the services of this contract.  The contractor must also be able to accommodate a 30-day transition which includes activities related to staffing, badging, security clearance approvals, etc. in order to assume full responsibility of work from the incumbent contractor on the contract start date with minimal or no disruption. Any capability statement will need to demonstrate how the source can provide these services and to be capable of fully performing on 01 October 2016 in order to accommodate a transition period between the two contractors.

All interested vendors shall submit a response demonstrating their capability to the primary point of contacts listed below.  Proposals are not being requested or accepted at this time.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.

Any information submitted by respondents to this sources sought is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. 

CAPABILITIES STATEMENT:  All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.  The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.  The response must not exceed 5 pages. 

Responses may be submitted electronically to the following e-mail address:  [email protected]. All correspondence sent via email shall contain a subject line that reads "FA2486-17-C-0002, Backshop Bridge."  If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.  Filters are designed to delete emails without a subject or with a suspicious subject or attachment.  Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted. 

RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON 19 September 2016.  Direct all questions concerning this requirement to Maj Trent Fritz, Contract Specialist, (850) 882-2675; e-mail [email protected] or Penny Daniels, Contract Specialist, (850) 882-7321; e-mail [email protected] or Brian Hurley, Contracting Officer (850) 883-0101; e-mail brian[email protected].

Bid Protests Not Available

Similar Past Bids

Eglin air force base Florida 14 Nov 2018 at 7 PM
Eglin air force base Florida 21 Jan 2016 at 10 PM
Nellis air force base Nevada 09 Mar 2015 at 1 PM
Location Unknown 09 Jun 2014 at 9 PM
Ellsworth Pennsylvania 02 Sep 2010 at 5 PM

Similar Opportunities

Fairfax Virginia 31 Jul 2025 at 5 PM
Hill air force base Utah 29 Jun 2026 at 4 AM
San diego California 03 Jun 2030 at 4 AM (estimated)
Wright patterson air force base Ohio 14 Mar 2030 at 9 PM