Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of the Navy is seeking contractors with aircraft repair experience for Contractor Field Team (CFT) Aircraft Battle Damage Repair (ABDR) and In-Service Repair (ISR) services for US Navy and Marine Corps aircraft in the Western Pacific region. Interested businesses should have experience deploying teams to overseas locations. This notice is a Sources Sought announcement, not a formal solicitation, aimed at identifying capable contractors for future opportunities.
CONTRACTOR FIELD TEAM (CFT) AIRCRAFT BATTLE DAMAGE REPAIR (ABDR)/IN-SERVICE REPAIR (ISR) OF UNITED STATES NAVY (USN) AND UNITED STATES MARINE CORPS (USMC) AIRCRAFT IN THE WESTERN PACIFIC REGION
Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC) are seeking interested contractors with relevant aircraft repair experience to provide Contractor Field Team (CFT) Aircraft Battle Damage Repair (ABDR) and In-Service Repair (ISR) services for United States Navy (USN) and United States Marine Corps (USMC) aircraft located in the Western Pacific (WESTPAC). The aircraft to be repaired may include, but are not limited to, the following type/model/series (T/M/S): C-130, H-1, H-53, H-60, F/A-18 and V-22. Businesses with experience deploying teams to OCONUS sites and/or subcontracting to foreign vendors for aircraft repairs and related service are encouraged to respond to this notice and to participate in any future industry days.
This Sources Sought should not be construed as a formal solicitation or an obligation on the part of the United States Government (USG) to acquire these services. Any information provided to the USG is strictly voluntary and at no cost to the USG. Any formal solicitation will be announced separately. The USG’s only interested at this point is to identify interested and capable contractors for these services.
The anticipated places of performance will be within WESTPAC. The Contractor will be requested to dispatch personnel to perform aircraft repairs in locations identified by individual orders. Requests may require reporting to the USG’s designated point of departure within 24 hours of the USG’s request for support.
The USG is contemplating placing at least one proof of concept order, and may decide to place at least one proof of concept order annually thereafter. However, there will be no minimum order guarantee.
CFT ISR services include the following:
Aircraft Battle Damage Repair (ABDR)
Supporting USG Forward Deployed Combat Repair (FDCR) Teams, the Contractor shall deploy its personnel to a Contested Logistics Environment (CLE) in order to perform ABDR services. Such services will restore structural integrity and systems serviceability to battle damaged aircraft, allowing continued combat operations during hostilities.
ABDRs are expedited repairs that allow an aircraft to perform contingency or partial missions, in either a fully mission capable or degraded status, or to perform one-time flights to a repair location. ABDR repairs are considered temporary unless they are accomplished according to USG approved procedures or are reviewed and approved by a USG Engineer possessing the proper release authority.
ABDR services may include but are not limited to the following categories:
In-Service Repair (ISR)
ISRs are depot repair requirements that are beyond the capability of the aircraft’s reporting custodian (i.e. squadron) to perform. Supporting USG forward-deployed depot maintenance activities; the Contractor shall deploy its personnel to a CLE in order to perform ISR services.
Depot level repairs (also known as Heavy Maintenance) are those requiring major overhaul or complete rebuilding, remanufacturing, or modification of aircraft structures, parts, assemblies, and end items in accordance with applicable maintenance manuals. Expertise in airframe and composite material repair are important components of such work.
The following examples (not limited to) are of aircraft deficiencies that may require CFT ISR services:
Other As-Required Aircraft Maintenance Services
In support of forward-deployed USG personnel and activities, the Contractor shall deploy its personnel to a CLE in order to other as-required aircraft maintenance services.
The following examples (not limited to) are categories of other as-required aircraft maintenance services that may be required:
Instructions for Responding:
Interested companies are asked to respond to this notice by submitting the following information to the Contracting Officer via email with the subject N6264925RC002 to sara.e.robinson19.civ@us.navy.mil and to Hitoshi.Okada.ln@fe.navy.mil. Please also include any questions or comments related to the requirements described above.
(1) Company name, point of contact, telephone numbers, e-mail address, company CAGE Code, and DUNS
(2) Approximate annual gross revenue for the past 5 years (if available).
(3) Description of the company's ability to mobilize, manage and finance a contract of this size.
(4) Description of the company’s Government or commercial contracts for work performed on similar military aircraft (both as prime and sub-contractor)*
(5) If the company has no past or current work on similar military aircraft, please describe the company’s Government or commercial contracts for work on similar commercial aircraft (either as prime or sub-contractor)*
(6) Description of the company’s workforce skills for performing similar work.
(7) Description of the company’s facilities that may be used to perform similar work as drop-in repairs.
(8) Description of the company’s ability to report to the USG’s designated point of departure within 24 hours of the USG’s request for support.
(9) Description of the company’s experience deploying CFT’s to OCONUS locations, to include any potential experience conducting repairs in combat environment.
(10) Description of the company’s experience using the Synchronized Pre-deployment and Operational Tracker (SPOT).
(11) Descriptions of the company’s experience in partnering and subcontracting with foreign vendors in support of USG contract requirements.
*Please include details such as production volume, levels of maintenance performed (organizational, intermediate, or depot), facility attributes, owned tooling / equipment, workforce size and employed labor categories, etc. that demonstrate the company’s ability to perform the work.
The USG is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition.
Please also note that FRC WESTPAC is considering an Industry Day in support of this requirement to be held at Naval Air Facility Atsugi sometime during the period June – September 2025. Attendance is anticipated to be limited to only two representatives per firm. If the government decides to host an industry day, a separate announcement, with additional information, will be made in the future.
Contracting Office Address:
NAVSUP Fleet Logistics Center Yokosuka
PSC 473 Box 11
FPO, 96349-0011
Japan
Place of Performance: Western Pacific
Primary Point of Contact.:
Sara Robinson,
Contracting Officer
sara.e.robinson19.civ@us.navy.mil
Secondary Point of Contact:
Hitoshi Okada
Contract Specialist
Hitoshi.Okada.ln@fe.navy.mil
CONTRACTOR FIELD TEAM (CFT) AIRCRAFT BATTLE DAMAGE REPAIR (ABDR)/IN-SERVICE REPAIR (ISR) USN is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.