SOLICITATION NOTICE
J -- Request for Proposal for Contractor Logistics Service (CLS) and Contract Field Service Representative (CFSR) Support, Country of Lebanon
- Notice Date
- 6/2/2025 12:47:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-25-R-0002
- Response Due
- 8/1/2025 3:00:00 PM
- Archive Date
- 08/02/2025
- Point of Contact
- Kanetra Garrett, Phone: 5206747882, Alfonso Gallardo Romero
- E-Mail Address
-
kanetra.s.garrett.civ@army.mil, alfonso.gallardoromero.civ@army.mil
(kanetra.s.garrett.civ@army.mil, alfonso.gallardoromero.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Tracking Number: RFP # W58RGZ-25-R-0002 Contracting Office Address: Army Contracting Command � Redstone (ACC-RSA) Aviation Directorate -Utility/Cargo/Scout Attack/Mi17 (FMS) - CCAM-NS-A, Building 5309, Martin Road, Redstone Arsenal, AL 35898 Notice Type: Request for Proposal for Contractor Logistics Service (CLS) and Contract Field Service Representative (CFSR) Support, Country of Lebanon Set Aside: 100% Small Business Set Aside RFP Responses Required No Later Than: 1 August 2025, by 1700 CST. Description: NAICS Code: 488190, Specialized Services for Air Transportation Product Service Code: J015 � Equipment Related Services � Maintenance, Repair and Overhaul This is a combined synopsis/solicitation for services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and synopsis for the action. The Army Contracting Command-Redstone (ACC-RSA), on behalf of the International Non-Program of Record Aviation Product Office (INRAP), is seeking qualified offerors that have the capabilities to provide the Lebanese Air Force (LAF) with long-term continuing sustainment support for their Armed MD-530F aircraft including Contractor Field Service Representative (CFSR), and Contractor Logistics Support (CLS) as defined in the attached Performance Work Statement (PWS) Attachment 0001. The CLS and CSFR services are in support of six (6) armed MD530 helicopters. The anticipated contract will be awarded as a Firm Fixed Price (FFP) and Cost Reimbursement (CR) contract. The anticipated period of performance (PoP) will be five years, including a two (2) year base contract with three (3) option years. Additional Information: Please read Section L �Instruction, Conditions and Notices to Offerors� (starting at Page 76) and Section M �Evaluation Factors for Award� (starting at Page 89) of Attached RFP entitled �Lebanon CLS CFSR W58RGZ-25-0002� for additional details on how to propose and expectations of proposal. Please also review all the attachments as it pertains to this RFP. Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, in order to be considered for the award. A list of contract-line-item number(s) (CLINs) and items, quantities and units of measure shall be provided in this RFP via Attachment 0002. Program Requirements are in accordance with the attached PWS. The Government reserves the right to perform site visits and assessments to verify contractor statements/assertions provided in the resultant responses. Due to the current DOS and DoD travel restrictions, this activity may be requested virtually in lieu of on-site. Any questions regarding this posting must be directed to all points of contact from ACC-RSA: Kanetra S. Garrett, Contract Specialist, kanetra.s.garrett.civ@army.mil Alfonso Gallardo Romero, Contract Specialist, alfonso.gallardoromero.civ@army.mil Dennis G. Alber, Contracting Officer, dennis.g.alber.civ@army.mil No questions will be accepted telephonically nor will any responses to questions be provided telephonically. All questions should be submitted electronically via the Example Template provided as Exhibit A. Proprietary information should be clearly marked. No classified documents shall be included in your response. All responses and requested documents must be delivered by 1700 Central Daylight Time on 1 August 2025 to the three email addresses listed above. Projected award date is 1 September 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0c6ed1d963ad43a0b824b2b628ce298b/view)
- Place of Performance
- Address: Hamat, LBN
- Country: LBN
- Country: LBN
- Record
- SN07462098-F 20250604/250602230041 (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 |