Fort Rucker Aviation Maintenance (FRAM) II Presolicitation Notice

SOL #: W58RGZ-26-R-0026Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RSA
REDSTONE ARSENAL, AL, 35898-0000, United States

Place of Performance

Fort Rucker, AL

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components (J015)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Response Deadline
Apr 28, 2026, 4:00 PM

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.

Quick Summary

The Department of the Army has issued a Presolicitation Notice for the Fort Rucker Aviation Maintenance (FRAM) II contract. This opportunity seeks to provide comprehensive aircraft maintenance and logistics support for Army Aviator training at Fort Rucker, Alabama. A formal Request for Proposal (RFP) is anticipated in May 2026, though this date is subject to change.

Scope of Work

The FRAM II contract will cover all aspects of aircraft maintenance and logistics support to ensure mission-ready aircraft for the Aviation Center of Excellence (AVCOE). Key services include:

  • Aircraft Maintenance: Scheduled and unscheduled maintenance, inspections, and component replacements for various aircraft types including AH-64E, CH-47F, UH-60M/A/L MEDEVAC, UH-72A, and MV-75.
  • Logistics Support: Management of materiel, parts, supplies, and transportation, utilizing systems like GCSS-A.
  • Specialized Support: Forward Arming and Refueling Point (FARP) services, ammunition handling, Aviation Life Support Equipment (ALSE), Night Vision Devices (NVDs), and support for transient aircraft and contingency operations.
  • Installation Support: Specific support for entities like USAARL, Fort Rucker Museum, and Garrison/Tenant Units.

Performance standards include 100% Daily Mission Performance (DMP), 98% Monthly Sustained Mission Performance (MSMP), and specific Aircraft Fleet Bank Time and Fully Mission Capable (FMC) rates.

Contract Details

  • Opportunity Type: Presolicitation (DRAFT RFP available)
  • Product Service Code: J015 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components)
  • Place of Performance: Fort Rucker, Alabama
  • Anticipated Period of Performance: November 16, 2027, through July 15, 2038 (including phase-in, base, options, and phase-out periods). The base contract period is from January 16, 2028, to January 15, 2029, with options extending through January 15, 2038, and further potential extensions.
  • Set-Aside: Not specified as a set-aside, but Small Business Participation is a key evaluation factor, and NAICS code 488190 (Aircraft Maintenance and Repair, $40M size standard) is identified.

Submission & Evaluation

  • Questions: Must be submitted using Attachment 0012, Question Template, via email to usarmy.redstone.acc.mbx.acc-rsa-fram-ii@army.mil by 11:00 A.M. (CST) on Tuesday, April 28, 2026.
  • Proposal Submission (Anticipated): Digitally via DOD SAFE application; deadline to be determined in the formal RFP.
  • Evaluation Factors: Award will be based on Best Value, considering Technical (most important), Price, and Small Business Participation. An "Acceptable" rating is required for Technical and Small Business Participation.

Key Attachments & Requirements

  • Performance Work Statement (PWS) (Attachment 0001): Details comprehensive scope, performance standards, and special requirements including security clearances (Tier 1/3, CAC), safety, environmental compliance, and personnel qualifications.
  • Pricing Template (Attachment 0011): Mandatory for proposal pricing, includes pre-populated values for certain CLINs.
  • Security Requirements (DD 254, Attachment 0006 & AT/OPSEC Coversheet, Attachment 0010): Mandates "Secret" facility security clearance, AT Level I, OPSEC, iWATCH, and TARP training, and strict handling of Controlled Unclassified Information (CUI).
  • Government-Furnished Property/Facilities (Attachments 0007, 0008, 0014): Lists GF items and detailed information on government-provided facilities.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Mar 26, 2026
Fort Rucker Aviation Maintenance (FRAM) II Presolicitation Notice | GovScope