C-20/C-37 Depot Maintenance
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force (USAF) to identify potential sources to perform C-20/C-37 Depot Maintenance. This is not a Request for Proposal (RFP) or solicitation.
Program Description: The C-20/C-37 platforms are militarized versions of the Federal Aviation Administration (FAA) airworthiness-certificated Gulfstream aircraft. The C-20/C-37 fleets are maintained to FAA-approved maintenance standards. All depot maintenance and repairable spares repair is performed at a Federal Aviation Regulation (FAR) Part 145 FAA-certified repair stations. Depot Maintenance would require collaboration with Gulfstream Aerospace, as they are currently on contract to provide most spare parts in support of the Depot Maintenance. The C-20 is a Gulfstream GIV, powered by twin Rolls Royce MK-611 TAY engines. The C-37 is a Gulfstream GV and G550, powered by twin Rolls Royce BR-710 engines. C-37 engines are currently supported through Rolls Royce Corporate Care Program. Contractor will be required to do general engine maintenance but overhauls are accomplished through Rolls Royce. These aircraft are equipped with specialized mission communication stations (MCS) as well as defensive systems. The C-20/C-37 missions are two-fold: (1) provide worldwide airlift support for senior military leaders and Government officials; (2) Navy and Marine C-20G aircraft, equipped with a cargo door, to primarily provide long range, medium airlift, logistics support. Contractors shall be required to gain Computerized Maintenance Program (CMP) access. CMP is the fleet configuration control program and all maintenance actions, serialized control tracked items, and information must be entered into the system to certify maintenance completion. The fleet is projected to require 10+ scheduled depot inductions per year with up to 5 aircraft inducted simultaneously. There is also potential for unscheduled depot drop-ins during this time period.
In addition, all contractor workforce personnel who are required to handle Controlled Cryptographic Items (CCI) marked as CRYPTO on C-20 and C-37 aircraft must possess and maintain a SECRET security clearance.
Any resultant contract would be considered a service contract where the Service Contract Labor Standard applies and would require the DFARs 252.223-7999, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009).
Request For Information:
Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey.
The National American Industry Classification System (NAICS) code for this procurement action is 488190. The Program Manager is Mr. Kevin Marshall AFLCMC/WVV. The Technical Lead is Mr. Mark VanBeek AFLCMC/WVV. The Contracting Officer is Ms. Jennifer Russ, AFLCMC/WVK. The Center/MAJCOM Ombudsman is Ms. Jill Willingham, AFLCMC/AQP, 1755 10th St., Bldg 572, Wright-Patterson AFB OH 45433-7630, Telephone: 312-255-5472, Fax: 937-656-7193, Email: [email protected].
If any potential source has questions or concerns about this particular SSS, please direct all comments to Ms. Jennifer Russ @ [email protected]
The purpose of this SSS is to identify the availability and adequacy of potential competitive sources for such an award. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION.
Contracting Office Address:
3001 Staff Drive, Post 1AD2 105A
Tinker AFB, OK 73145
Primary Point of Contact:
Jennifer Russ,
Contracting Officer
Phone: 4057393831 (email is the best way to get ahold of me)
Please submit all responses to Jennifer Russ @ [email protected] by COB 10 Dec 21.