General: AFLCMC/WLNI has a requirement to provide “on-call” aircraft repair services for Royal Saudi Air Force C-130H aircraft while in North American Continental United Sates (CONUS), Canada, Azores, Bermuda, and the Bahamas. The anticipated period of performance is four years consisting of a one (1) year basic and three (2) 1-year options.
Description: The contractor will set up a 24/7 call center for scheduled flight mission. During the flight, RSAF visiting flight crew or the AFLCMC/WLNI Program Office will contact the call center if repair is needed. The Contractor will initiate actions within 12 hours of notification to dispatch a repair team in response to the request for repair. Please refer to the solicitation and associated attachments for additional information detailing proposal requirements.
Product Data: Configuration control of the C-130 aircraft is the responsibility of Saudi Arabia. A set of current technical manuals and documentation is on-board each individual aircraft when traveling to the various locations identified in this requirement. There are no known issues that would preclude a vendor or their subcontractor from effectively making RSAF C-130H aircraft repairs.
Solicitation Information: This effort will be full and open competition. Electronic procedures will be used for this solicitation at beta.SAM.gov only. No telephone requests will be honored and no hard copies will be mailed out. Please submit all questions in writing to [email protected] with a copy to [email protected].
Contracting Office Address:
FMS TACTICAL AIRLIFT (C-130) AFLCMC/WLNKB
235 BYRON ST STE 19A
BLDG 300 CML
ROBINS AFB, GA 31098
Amendment 1 - Posted 7 August 2020: FA8553-20-R-0009-0001 has been added to the list of attachments. Download the attachment for details on the revisions made to the solicitation. The original "Wage Determination" attachment has been removed and replaced with an updated "Wage Determinations" attachment which includes three new determinations. Questions from vendors and the Government's responses have been recorded and can be found in the "Questions and Answers 1" attachment.
Amendment 2 - Posted 10 August 2020: FA8553-20-R-0009-0002 has been added to the list of attachments. Download the attachment for details on the revisions made to the solicitation. The purpose of this solicitation amendment is to delete the 2019 versions of FAR 52.204-24 and 52.204-25 from the solicitation and replace them with their 2020 versions. These changes are required due to prohibitions contained in section 889(a)(1)(B) of the National Defense Authorization Act (NDAA) for Fiscal Year 2019. Since the resulting contract will be awarded after the date the new provision and clause will be implemented, 13 August 2020, the Government is required to update them prior to award. The contract will not be awarded to offerors who do not submit completed representation.
Amendment 3 - Posted 21 August 2020: The purpose of this amendment is to make the following changes: extend the proposal due date to 7 September 2020, revise Section L language as detailed below, incorporate revised PWS, and incorporate an additional clause.
Additional questions from vendors and the Government's responses have been recorded and can be found in the "Questions and Answers Update - 20 Aug 2020" attachement.
25 August 2020 - Additional questions from vendors and the Government's responses have been recorded and can be found in the "Questions and Answers Update - 25 Aug 2020" attachement.
01 September 2020 - Additional questions from vendors and the Government's responses have been recorded and can be found in the "Questions and Answers Update - 01 Sep 2020" attachement.