Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOLICITATION NOTICE

R -- DRAFT Pre-solicitation for Sources Sought for Follow on TYQ23A and TSC 250 Contractor Logistic Support

Notice Date
4/30/2025 3:49:07 PM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA8217 AFLCMC HBDK HILL AFB UT 84056-5838 USA
 
ZIP Code
84056-5838
 
Solicitation Number
FA821725RB005
 
Response Due
5/22/2025 3:00:00 PM
 
Archive Date
08/21/2025
 
Point of Contact
Wendy Farley, Phone: 8015863464, Mitchell Gooslin, Phone: 8015860784
 
E-Mail Address
wendy.farley@us.af.mil, mitchell.gooslin@us.af.mil
(wendy.farley@us.af.mil, mitchell.gooslin@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DRAFT DRAFT DRAFT PRESOLICITATION for upcoming Source Selection Effort. This synopsis is a notification to industry for an upcoming solicitation for the Control and Reporting Center (CRC) Contractor Logistic Support (CLS) for sustainment of the TYQ 23A and TSC 250 systems in various location CONUS and OCONUS, with a NAICS of 541990 and Service Code of R425. This synopsis/presolicitation will close 15 business days from postdate on 22 May 2025 at 4:00 pm MDT. The release of the Request for Proposal/Solicitation will have a 30 day period for receipt of offers for this effort. Offers must be in accordance with the Adquate Proposal List, DFARS 252.215-7009 checklist included in the solicitation. For the solicitation, all responsible sources may submit a response which, if received timely, must be considered by the agency. (FAR 5.207(c)(16)(i)). The effort has a proposed award date of January 2026. This is a small business set aside, Lowest Price Technically Acceptable, no foreign participants will be allowed on this effort. Please include in response if the respondent is a large business, small disadvantaged business, 8(a) concern, etc., and if the respondent is a US or a foreign-owned firm. Subject: DRAFT presolicitation/synopsis - CRC CLS for the TYQ 23A and TSC 250. This will be a 5-year IDIQ CLS with task orders issued per requirement and funding. The Government is open to questions or concerns from industry related to the this draft subject solicitation. Review all attachments. DRAFT Solicitation FA821725RB005 Description of effort starts on page 7 of the attached solicitation This is a service contract to provide Contract Logistics Support and unscheduled maintenance/repairs on various configurations, technologies, and manufacturers of Tactical Air Operations Module AN/TYQ-23A and TSC-250 Communication Data Link System (CDLS) and ancillary equipment for the United States Air Force (USAF) and Government Agencies Worldwide. Maintenance of these systems is critical to ensure that the systems will function as designed for operational and mission success. Repairs, including emergency repairs, are required to keep these systems in fully functional condition. All Performance Work Statement (PWS) and contractual discrepancies shall be identified, clarified, and negotiated with the Procurement Contracting Officer (PCO). The PCO is the only individual who can legally bind the Government. The Contractor shall provide all personnel, labor, equipment, supplies, transportation, tools, materials, technical data/manuals, expertise, supervision, and services necessary to perform maintenance as defined in this PWS except for those items provided by base support. The Contractor shall employ a worldwide service organization, trained and experienced in providing Contract Logistics Support, such as but not limited to diagnosis and repair on all covered equipment. The Contractor is ultimately responsible for problem resolution during maintenance activities, i.e., the Contractor shall be responsible for aspects of maintenance activities to include associated hardware and software to ensure fully operational status, troubleshooting/diagnosis, and resolution. The Contractor shall ensure internal coordination and correction of problem resolution with the Government Point-Of-Contact (POC) and Control and Reporting Center (CRC) Program Office (PMO), prior to work performance. SCOPE: The Contractor shall furnish all labor, tools, equipment, technical data/manuals, materials, supplies, parts, Original Equipment Manufacturer (OEM) service bulletins, and services necessary to perform Contractor Logistics Support on TYQ-23A/TSC-250 In Accordance With (IAW) OEM standards (commercial standards if third party is performing service/repair), including software/firmware upgrades. This support includes but is not limited to: Engineering support, project services, R&M tracking analyses, procurement of spares (Spares Parts Usage Report), depot supply support, depot maintenance support for Hardware/Software (HW/SW), Technical Orders/Manuals (TO/TM), Time Compliant Technical Order�s (TCTOs), Packaging, Handling, Storage and transportation (PHS&T), warranty management, Government Furnished Property (GFP) and any component that compromises the �TYQ-23A/TSC-250 System�, for the USAF and Government Agencies worldwide. This support shall also include Emergency and Preventative Maintenance for any future technologies designed to be implemented in the TYQ-23A/TSC-250. This sustainment effort may substantially increase in cost due to future capability advancements on the TYQ-23A/TSC-250 and related systems through a bilateral modification. If there is a next-generation or replacement to the TYQ-23A/TSC-250 that is fielded during the POP of this contract, CLS support will continue to be required for the TYQ-23A/TSC-250 program. CLIN Structure: CLIN 0001 FFP Contractor Logistic Support CLIN 0002 CPFF Engineering Services CLIN 0003 FFP Project Services CLIN 0004 CPFF Software CLIN 0005 FFP Licenses CLIN 0006 CR Travel CLIN 0007 CR ODC CLIN 0008 FFP DATA Not Separately Priced Options per year: CLIN 4001 - 8001 FFP Facility Support CLIN 4007- 8007 CR Operating Expenses Questions may be sent to the points of contact for this synopsis: Wendy Farley, Contracting Officer, Mitchell Gooslin, Contracting Officer/Buyer, and Carlos Michel, Buyer (carlos.michel@us.af.mil). ALL COMMUNICATIONS TO BE THROUGH ELECTRONIC COMMUNICATIONS, EMAIL. SEE POC'S EMAILS NOTED IN THIS SYNOPSIS. PLEASE INCLUDE THE SOLICITATION NUMBER NOTED IN THIS SYNOPSIS ON ALL CORRESPONDENCE. NO PROPOSALS WILL BE ACCEPTED DURING THIS PRESOLICITATION POSTING
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/257eec8626a8410aa686442cafc0d953/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07426174-F 20250502/250430230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.