Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2025 SAM #8643
SPECIAL NOTICE

R -- Source Selection Solicitation for Follow on TYQ23A and TSC 250 Contractor Logistic Support

Notice Date
7/24/2025 7:08:22 AM
 
Notice Type
Special Notice
 
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
FA8217-25-R-B005
 
Response Due
8/25/2025 12:00:00 PM
 
Archive Date
10/31/2025
 
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
Source Selection Information: See FAR 2.101 and 3.104, CUI 24 July: Amendment 01: To update the attachments for the Labor Matrix into an Excel File and release the security on Section M document. This is the only change to this posting. This Source Selection is following the FAR Part 15.3 for the Control and Reporting Center Contractor Logistic Support follow-on for AN/TYQ23A/TSC250 systems. The source selection will be the Lowest Price Technically Acceptable and following the evaluation criteria in attached Section L and M and addendum Section M. Proposals are due 25 August 2025 at 1:00 PM MDT. Electronic submissions ONLY. No foreign or foreign owned companies may submit proposals. This is a 100% Small Business Set Aside effort. See Attachments. An oral review of the proposal will be held on the 27th of August by the offeror with NO discussions, NO comments or clarifications, and NO changes as this is to have the offeror explain how the proposal was prepared. No comments will be made by the evaluation team. Please provide two available times on the 27th of August between the hours of 8:30 am to 4:30 pm and plan on no more than 20 minutes for the review presented by the offeror. The Contracting Officer will provide the actual time by the 26th of August 2025. From the attached PWS: 1.5 Scope: 1.5.1. 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. 1.5.1. The Contractor Logistics Support (CLS) contractor shall provide comprehensive engineering, logistical support, and technical site support for the system. Depot-level maintenance may be conducted either in the field or at the contractor's facility, encompassing testing, parts repair, parts replacement, and shelter maintenance. Additionally, the contractor shall assist in maintaining the Authority to Operate (ATO) and necessary licenses to ensure the system meets a minimum Operational Availability (Ao) standard of 95%. 1.5.2. The CLS contractor shall also perform the role of a Supply Point for Commercial Off-The-Shelf (COTS) products, ensuring the availability and timely delivery of necessary components. Furthermore, the contractor shall provide field support functions, including on-site technical assistance and troubleshooting to maintain system readiness and operational effectiveness.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fb8af2cd32ae4b4db9a655d8f46e3356/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07522378-F 20250726/250724230045 (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.