AWARD
99 -- SETSS UCA
- Notice Date
- 6/2/2025 7:48:37 AM
- Notice Type
- Award Notice
- Contracting Office
- FA8525 AFLCMC WLSKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8525-24-C-0002
- Archive Date
- 06/12/2025
- Point of Contact
- Alisha Foster, Benjamin Morris
- E-Mail Address
-
alisha.foster.2@us.af.mil, Benjamin.morris.6@us.af.mil
(alisha.foster.2@us.af.mil, Benjamin.morris.6@us.af.mil)
- Award Number
- FA8525-24-C-0002
- Award Date
- 05/28/2025
- Awardee
- LOCKHEED MARTIN CORP Marietta GA 30063 USA
- Award Amount
- 23581078.00
- Description
- This acquisition is SOLE SOURCE to Original Equipment Manufacturer (OEM), Lockheed, 86 South Cobb Drive, Marietta, GA 30063-0001, CAGE Code Martin Aeronautics Corporation 98897. The contract action was not awarded competitively nor was it fixed price- it warded using Other Than Full & Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in the award of a Undefinitized Contract Action (UCA) that will have a 1-year Period of Performance (PoP) with Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Reimbursement No Fee (CRNF), and Not Separately Priced (NSP) Contract Line Item Numbers (CLINs). The purpose of the SETSS UCA is to prevent a lapse in service that will affect the SPO's ability to maintain OSS&E operational readiness of the C-5M fleet to the approved baseline in regard to aircraft structure and functional systems (hardware). This is accomplished through early identification of potential or existing structural and functional problems, analyses on mitigation of these deficiencies and, if required, the development of replacement/improvements of critical elements. The tasks covered are for the engineering efforts on systems, products, or materials required to resolve technical or supportability deficiencies revealed in the operational service of the C-5M fleet. This requirement provides the continuation of technical and engineering services to include, but not limited to, performing engineering investigations and analyses, formulating deficiency resolution concepts, and designing proof of concepts and prototypes. Areas to receive engineering support unique to the Original Equipment Manufacturer (OEM) within the Performance Work Statement include but are not limited to Aircraft Structural Integrity Program (ASIP), Functional Systems Integrity Program (FSIP), and Corrosion Prevention and Control Program (CPCP), as well as Modernization Sustaining Services. Technical Data Sustainment (TDS) is limited to acquiring historical technical data and rights on a case-by-case basis to support current and future sustainment of the C-5M. The TDS data requests are primarily identified in response to Engineering Technical Assistance Requests where gaps are identified in the Technical Data Package (TDP) baseline that should have been delivered under the original production contract but were either missed, incomplete, illegible, or lost by the Government prior to establishing a digital baseline/repository for the C-5M.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3e4c484820e24968a0be11ad7e08fa50/view)
- Place of Performance
- Address: Marietta, GA 30063, USA
- Zip Code: 30063
- Country: USA
- Zip Code: 30063
- Record
- SN07461888-F 20250604/250602230040 (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 |