Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

DRAFT REQUEST FOR PROPOSAL 2 - Remotely Piloted Aircraft (RPA) Maintenance (Mx)

Expired
DRFP2-FA4890-24-R-0012Federal
General Info

Agency

Department Of Defense → FA4890 Hq Acc Amic

View Agency

NAICS

488190 - Other Support Activities for Air Transportation

View NAICS

Place of Performance

Indian Springs, NV, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Presolicitation

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → FA4890 Hq Acc Amic
Contacts2 people available
OfficeHAMPTON, VA, 23666, USA
Organization / Agency
Department Of Defense → FA4890 Hq Acc Amic
View Agency Profile
Office Address

HAMPTON, VA, 23666, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
1.0 Description 1.1 Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB, VA is providing a second DRAFT Request for Proposal (DRFP) in support of the Remotely Piloted aircraft (RPA) Maintenance (Mx) support services upcoming competitive requirement. The purpose of this DRFP 2 Review is to give industry a preview of the solicitation and allow for industry questions and identification of unclear elements in the RFP. 1.2 The RPA Mx support services provide organizational-level (O-level) Mx support, sustainment of combat and training capabilities, qualified management and supervisory personnel, and qualified organizational maintenance personnel at CONUS and OCONUS locations. 1.3 The period of performance is anticipated to consist of a five-year ordering period with an estimated award date of 1 April 2025. 1.4 The applicable North American Industry Classification System (NAICS) for this requirement is 488190 which is defined as establishments primarily engaged in providing specialized services for air transportation (except air traffic control and other airport operations). The small business size standard is $35 million. 1.5 This announcement is a DRFP Review for questions and clarifications purposes only. This is NOT a Request for Proposal or a Request for Quote. 1.6 The DRFP and all associated documents are posted on the SAM.gov website. Hard copies of documents will not be provided by the government. 2.0 Requested Information 2.1 All interested parties should utilize an electronic format using Microsoft Office 365 and/or Portable Document Format (PDF) using Adobe Acrobat Pro or later in response to this DRFP 2 review. All documents must be electronically searchable. All documents shall be virus checked by the originator prior to submission. Include all of the below information on all submissions: Company name Company point of contact (POC) to include telephone number and email address Company address Company telephone number (main incoming telephone number, if different than b. above) Business size under NAICS 488190. Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.4 above. Any questions or clarifications regarding the DRFP 2, its attachments, and associated documents. 2.2 DO NOT submit capability statements in response to this DRFP. 2.3 Potential offerors should submit all questions and clarifications via email to the POCs listed in SAM.gov with subject line �XYZ DRFP 2 Review for RPA Mx Re-compete� (insert your company�s name in place of �XYZ�). This posting will remain open until the official solicitation is released and responses will be reviewed on a rolling basis. Multiple responses may be submitted to the Government. The Government will provide email confirmation of all DRFP 2 reviews received. If companies do not receive an email confirmation after submission, please contact all POCs listed in SAM.gov by email to verify receipt. All information provided by interested parties will become property of the U.S. Government and will not be returned to the originating parties. If the government elects to destroy the DRFP 2 Reviews, destruction certificates will not be provided. 2.4 The government will consider all information submitted by interested parties in response to this DRFP 2 Review. The government intends to use the internet and email as the primary means of disseminating and exchanging information. 3.0 Additional Information 3.1 Funds are presently not available at this time for this re-compete requirement. The government�s obligation for this re-compete requirement is contingent upon availability of appropriated funds from which payment for this requirement can be made. No legal liability on the part of the government for payment of this acquisition may arise until funds are made available to the Contracting Officer for this follow-on requirement. 4.0 OMBUDSMAN DAFFARS 5352.201-9101 (JUL 2023) As prescribed in?DAFFARS 5301.9103, OMBUDSMAN (JUL 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC KC Ombudsman supporting ACC, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372). The alternate Ombudsman is the Civilian Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372). Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 5.0 Summary THIS IS FOR QUESTIONS AND CLARIFICATION ONLY to give industry a preview of the solicitation and allow for industry questions and identification of unclear elements in the RFP. The information provided herein is subject to change and is not binding on the government. ACC AMIC has not made a commitment to procure RPA Mx support services, and the release of this DRFP 2 should not be construed as a commitment or as authorization to incur costs for which reimbursement would be required or sought. The government will not provide any compensation, monetary or otherwise, for companies providing responses. All submissions become government property and will not be returned.

Similar Contracts

NAICS: 488190
New
Federal

STOP LIGHT-TAILLIGH

This contract, identified by solicitation number SPE4A7-26-T-031P, involves the procurement of 100 units of a stop light-taillight assembly with the National Stock Number 6220-12-151-4411. The delivery is required within 20 days, FOB origin, with strict packaging, marking, and shipping requirements in accordance with military standards such as MIL-STD-2073-1E for packaging and MIL-STD-129 for marking. The contract incorporates Defense Logistics Agency (DLA) packaging requirements and relevant technical and quality standards as outlined in the DLA Master List of Technical and Quality Requirements. The inspection and acceptance points are both at origin, with no quantity variance permitted. The items are destined for the Lithuanian Armed Forces’ logistics support company depot storage service located in Kaunas, Lithuania. Shipping is coordinated through DSV Air & Sea Inc. in Carteret, NJ, using specified freight forwarder codes. The contract emphasizes adherence to Defense Federal Acquisition Regulations and includes clearance for handling covered defense information. The government contact for this solicitation is Denise Prince from the Defense Logistics Agency, responsible for managing procurement under the Department of Defense’s Air and Space Command Supplier Operations division. The original required delivery date is March 4, 2026, with the solicitation posted on March 1, 2026, and a response deadline of March 9, 2026.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details
NAICS: 488190
New
Federal

SWAGING, TOOL, BEARIN

This contract involves the procurement of five swaging tools, specifically bearing swaging tools, identified by the National Stock Number 5120-01-520-5984 and part number RST3003. The contract is issued by the Department of Defense’s ASC Commodities Division under solicitation number SPE4A6-26-T-762Z, with a delivery requirement of 170 days after order acknowledgment and a preferred delivery date of July 31, 2026. The items are commercial off-the-shelf (COTS) and must meet specified technical and quality requirements as incorporated from the DLA Master List, including packaging and marking standards in accordance with MIL-STD-2073-1E and MIL-STD-129, respectively. The delivery and inspection points are designated at the destination, specifically the DLA Distribution Center in Tracy, California. Packaging must comply with DLA packaging requirements and the contract specifies no variance in quantity, underscoring the expectation for exact fulfillment. The contract emphasizes adherence to identified quality, technical, and packaging standards, with instructions for shipment and appropriate address details for receiving at the designated government warehouse. The contract includes provisions for removal of government identification from non-accepted supplies and indicates that shipping terms are FOB origin. The primary contact for this contract is a government representative, ensuring coordination on technical, logistical, or contractual issues.

ASC COMMODITIES DIVISION

POSTED

2 days ago

DEADLINE

in 3 days

View Details
NAICS: 488190
New
Federal

BRACKET, B2 REV 2, AI

This contract covers the procurement of 117 units of the BRACKET, B2 REV 2, AI, identified by NSN 6340-01-525-3472, with a delivery timeline of 171 days from the date of award. The items must comply with specified technical and quality requirements referenced from the DLA Master List, as well as adhere to packaging and labeling standards in accordance with ASTM D3951 and MIL-STD-129, with particular attention to DLA packaging protocols. The contract strictly prohibits the intentional use or contact with mercury or mercury-containing compounds in the hardware supplied, except for specific functional uses as outlined. Sampling and inspection methods are governed by MIL-STD-1916 or ASQ H1331, with defined acceptance quality levels to ensure product conformity. The shipment is to be delivered FOB Origin to DLA Distribution at Cherry Point, North Carolina, with inspection and acceptance to be carried out at the destination. Additionally, the contract incorporates cybersecurity requirements mandating a Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment. Physical identification and marking of bare items are also specified to meet DLA standards. The contracting agency is the Department of Defense, specifically the ASC Commodities Division, with contact provided for coordination. Delivery preparation includes palletization consistent with contract packaging requirements, and transportation follows DLA directives. The solicitation and award control revisions of quality and technical documentation, ensuring compliance with the master list effective at the time of solicitation or award.

ASC COMMODITIES DIVISION

POSTED

2 days ago

DEADLINE

in 3 days

View Details