Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
This is the formal Request for Proposal (RFP), FA8134-25-R-B002, for Contractor Logistic Support (CLS) Services for USAF C-12 Aircraft Fleet. This acquisition will be a Full and Open competition resulting in single award indefinite delivery indefinite quantity (IDIQ) contract. The North American Industry Classification System (NAICS) code for this effort is 488190 with a size standard of $40,000,000.
All questions regarding this solicitation are due by Friday, 10 January 2025 at 4:00 PM Central Standard Time. Questions shall be sent to the contracting officer at email: hiwot.tamirat@us.af.mil and jennie.hendrix.1@us.af.mil. Please submit questions regarding the RFP using the Excel document provided, "C-12 CLS RFP Questions".
Virtual Pre-Proposal Conference is expected to be held on Friday, 17 January 2025. Details on this event will be posted. To register for the Pre-Proposal Conference, email the contracting officer at email: hiwot.tamirat@us.af.mil and jennie.hendrix.1@us.af.mil not later than Wednesday, 15 January 2025, at 4:00 PM Central Standard Time.
PROPOSALS ARE DUE BY FRIDAY, 14 FEBRUARY 2025 AT 4:00 PM CENTRAL STANDARD TIME.
All proposals shall be submitted using DoD SAFE, https://safe.apps.mil/. All interested Offerors must e-mail Hiwot Tamirat, at hiwot.tamirat@us.af.mil, and Jennie Hendrix at jennie.hendrix.1@us.af.mil in order to receive a request code to drop-off (upload) files in DoD SAFE. Complete instructions are located in Attachment_7_C-12_Section L-Instruction to Offerors, Sections 2.6 and 2.7.