United States - Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Multiple Award IDIQ

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
25 July 2025
Opportunity publication date
24 June 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Request for Proposal
Contract Field Teams (CFT) Labor Augmentation Support Requirements (LASR) Program Multiple Award IDIQ
Funds are not presently available for this acquisition. No Task Order awards will be made until appropriated funds are available. Funds are anticipated to be available in FY25.
The CFT LASR Program supports multiple customers by providing timely and high-quality maintenance augmentation for fielded active weapon systems worldwide.  These CFTs can perform modification, organizational/ intermediate/depot maintenance, inspection, and repair of active systems in the US Government inventory, such as aircraft: fixed-wing, rotary-winged and drone; vehicles; aerospace equipment; missile systems; subsystems such as engines, communications, and cryptologic equipment; and ground support equipment.  Efforts will include on-site Organizational level (O), Intermediate/Field (I), and Depot/Sustainment (D) level maintenance support at customer (government-owned or government-leased) facilities located both in the continental United States (CONUS) and outside the continental United States (OCONUS).  All weapon systems supported under the CFT LASR contract will be non-commercial and must have Government-owned technical data.  The objectives and requirements identified within the Attachment 1 - Performance Work Statement are described in general terms. Each task order (TO) will be tailored to address customer specified task order requirements, scheduling, task order options, and performance criteria.  As with any contract, clearly understanding the task and defining the requirement is the most important step a customer can take to assure a successful outcome. The purpose of the CFT LASR contract is to provide government organizations with the ability to augment their organic maintenance capabilities with qualified contract maintenance personnel.  The CFT LASR contract does not provide for and cannot fulfill organizational needs for Total System Performance Responsibility (TSPR), Turn-Key Operations, Government-Owned Contractor-Operated (GOCO) facilities, or logistics-only support operations.  The CFT LASR contract cannot be utilized to fulfill organizational needs for personal services or inherently governmental functions. 
The Government is establishing a Multiple Award Indefinite-Delivery Indefinite-Quantity solicitation/contract as contemplated by FAR 16.504 and referenced in FAR 52.216-22 Indefinite Quantity. Task orders will be awarded using the procedures found in FAR 16.505(b)(1). The contract type is combination of Firm Fixed Price, Cost Reimbursement, and Time & Materials. The estimated period of performance includes one 5-year basic ordering period and one 5-year option period for a potential total of up to ten (10) years. Because the CFT LASR is a multiple award acquisition, the dollar amount issued under any CFT LASR contract/task order will count towards the total contract maximum of $7,009,592,463.00. The sum contract value of all CFT contracts/task orders shall not exceed the total program ceiling. The contract maximum is $7.009B for all task orders issued under the multiple CFT basic contracts. Awards will neither be based on the Lowest Price Technically Acceptable (LPTA) nor Tradeoffs. Within the best value continuum, FAR 15.101 defines best value as using any one or a combination of source selection approaches. For CFT LASR, the best value basis for award will be determined by utilizing the Highest Technically Rated Offerors (HTRO) Minimum Technical Threshold Rating (MTTR) approach. HTRO will best achieve the objective of awarding contracts to Offerors meeting the LASR program’s primary goals and objectives by providing rapid labor augmentation capability for all levels of maintenance. Solicitation instructions and information regarding evaluation criteria can be found in Attachment 4, Section L - Instructions to Offerors and Attachment 6, Section M - Evaluation Factors for Award. 
This solicitation is a Partial Set-Aside of task orders for small businesses and potentially other socioeconomic categories as defined in FAR 19.000(a)(3), that the Government estimates will require the contractor to provide less than 100 full-time equivalents (FTEs) of personnel per task order in the CONUS or less than 50 FTEs OCONUS. Only qualifying small businesses will be eligible to compete for set-aside task orders. Task orders larger than the partial set-aside will be available for competition among contractors (large or small) who successfully compete under the non-set-aside portion of this solicitation for the Full and Open Competition Pool. Small Business offerors shall clearly indicate the pool(s) in which they intend to compete on the front page of the RFP. Small businesses may elect to compete in either or both competition pool(s). If a small business elects to compete in the full and open pool, they must submit a separate proposal, to include all volumes, for the Full & Open Competition Pool and meet all the criteria for that pool to be eligible for award. Successfully performing small businesses may become eligible to expand into the full and open pool IAW FA8108.52.219-9ZH6 and FA8108.52.216-9ZH7 located in Attachment 2, H-Clause.
Foreign participation is prohibited.
The Contracting Officers listed in this posting are the sole points of contract for this solicitation. Proposals are due no later than 5:00PM CST on July 25, 2024 via the instructions described in Attachment 4, Section L paragraph 2.4.

Opportunity closing date
25 July 2025
Value of contract
to be confirmed

About the buyer

Address
FA8108 AFSC PZIE

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?