Air Force CFT LASR

Contract Field Teams Program Labor Augmentation Support Requirements (CFT LASR)

Air Force CFT LARS

CFT LASR in a Nutshell:

Item

Details

Agency: Air Force – Air Force Materiel Command – Air Force Sustainment Center
Solicitation Number: FA810824RB001
NAICS Code:
336411
Aircraft Manufacturing (Size Standard: 1500 Employees)
Status: Post RFP
Important Dates:
  • Draft RFP: Feb 28, 2024
  • Final RFP: Jun 24, 2024
  • Due Date: July 25, 2024
  • Award Date: Aug 26, 2025
Contract Period: 5 year(s) base plus 1 x 5 year(s) option(s)
Type of Contract: Multiple Award, FFP, Cost Reimbursement, IDIQ, Time and Materials
Number of Awards:
20
Maximum Contract Ceiling Value: $7.009 Billion
Set-Aside: Full and Open / Unrestricted
Partial Small Bus Set-Aside
GDIC Services: Capture Management, Full Proposal Support, Proposal Review

Request Free Consultation

Take advantage of GDIC’s free consultation on CFT LASR and other solicitations:

Solicitation Resources:

Item Link
Final RFP on Sam.gov (Jun 24, 2024) Page Link
3 Sets of Q&As (Apr-Jun 2024) Zip File Link
Pre-Sol Conference Slides (Mar 2024) Document Link
CFT LASR Draft RFP (Feb 2024) Zip File Link

Air Force CFT LASR Summary

The Department of the Air Force, Air Force Materiel Command, Air Force Sustainment Center, Enterprise/Specialized Contracting Branch (PZIE) has a continuing requirement for Contract Field Team labor support, including firm-fixed-price and time-and-materials arrangements, for the United States Air Force and other DoD and Government agencies. Contract Field Teams (CFT) Labor Augmentation Support Requirement (LASR) is issued under the solicitation number FA810824RB001.

The contract is valued at a maximum of $7.009 billion for all task orders combined. The performance period for these contracts spans from August 26, 2025, to August 25, 2035, with options for extending services. Offerors are required to submit their proposals electronically via DoD SAFE, following the detailed instructions provided in the solicitation. The evaluation of proposals will be based on technical merit, past performance, and adherence to solicitation requirements. The goal is to select the highest technically rated offerors to meet the program’s objectives.

CFT LASR Scope

1. Maintenance Services

  • Scope:
    • Support for a wide range of systems including fixed-wing and rotary-wing aircraft, drones, vehicles, aerospace equipment, missile systems, subsystems (engines, electrical, pneudraulic, avionics, communications, cryptologic equipment), radar and radio ground stations, and ground support equipment.
    • Services include modification, organizational/intermediate/depot maintenance, inspection, and repair of active systems.
  • Maintenance Levels:
    • Organizational Level (O-Level): Routine maintenance and minor repairs performed on-site.
    • Intermediate/Field Level (I-Level): Extensive maintenance requiring specialized tools and facilities.
    • Depot/Sustainment Level (D-Level): Major overhauls, repairs, and modifications.

2. Personnel Requirements

  • Qualified Personnel:
    • Recruitment, hiring, assignment, management, and supervision of skilled maintenance personnel.
    • Personnel must be capable of rapid deployment to various locations (CONUS and OCONUS).
    • Personnel must meet the skill requirements specified in individual task orders.
  • Task Order Manning:
    • Contractors must track and report manning levels, ensuring all positions are filled according to the task order requirements.

3. Program Management

  • Structure:
    • Implementation of an effective management structure to oversee task order execution.
    • Responsibilities include cost tracking, voucher submission, and reporting.
  • Cost Tracking and Voucher Submission:
    • Contractors must track and report costs at the Contract Line Item Number (CLIN) level.
    • Submission of vouchers through the Defense Contract Audit Agency (DCAA) and Wide Area Workflow (WAWF).

4. Performance and Quality Assurance

  • Quality Management System (QMS):
    • Maintenance of an AS9100D compliant QMS throughout the contract period.
    • Development and submission of Standard Operating Procedures (SOPs) and Quality Control Plans (QCPs) for each task order.
  • Performance Metrics:
    • Monitoring of performance and schedule metrics to ensure quality execution of task orders.
    • Regular inspection and evaluation of work tasks to verify compliance with technical requirements.

5. CFT LASR Technical Data Compliance

  • Technical Data:
    • All maintenance tasks must adhere to government-provided technical data, including technical manuals, orders, drawings, and work orders.

6. Reporting and Documentation

  • Regular Reporting:
    • Detailed reports on performance, costs, compliance, and personnel management.
    • Documentation of all maintenance tasks, inspections, and corrective actions.
  • Task Order Specific Requirements:
    • Each task order will specify unique requirements, including technical specifications, scheduling, performance criteria, and reporting standards.

7. Safety and Security

  • Safety Compliance:
    • Adherence to occupational health and safety provisions, including emergency procedures and personal protective equipment (PPE) requirements.
  • Security Requirements:
    • Compliance with security regulations and obtaining necessary clearances for personnel.
    • Proper identification and accountability of contractor employees.

8. Special Requirements

  • Transition Planning and Execution:
    • Detailed plans for transitioning between task orders, including personnel deployment and operational readiness.
  • Government Furnished Equipment and Services:
    • Utilization of government-provided facilities, tools, and equipment as specified in task orders.

CFT LASR Proposal Volumes

Volume I – Executive Summary

  • Contents:
    • Offeror Company Information/Cover Letter
    • Narrative Summary
    • Master Table of Contents
    • Team List

Volume II – Technical

  • Contents:
    • Title Page
    • Proposal Organization Table
    • List of Tables and Figures
    • Glossary of Abbreviations and Acronyms
    • AS9100D Certification
    • HTRO Self-Scoring Matrix
    • Work Samples
    • Relevant Work Sample Narratives
    • Small Business Participation Commitment Document (SBPCD)
    • Cross-Reference Matrix

Volume III – Past Performance

  • Contents:
    • Past Performance Information (PPI)
    • Consent Letter
    • Client Authorization Letter
    • Commitment to Perform as Proposed Letter
    • Past Performance Questionnaires (PPQs)
    • Organizational Structure Change History

Volume IV – Contract Documentation

  • Contents:
    • Small Business Subcontracting Plan
    • Model Contract (Sections A-J)
    • Solicitation/Contract Form (SF33)
    • Section H – Special Contract Requirements
    • Contract Clauses (Section I)
    • Representations, Certifications, and other Statements of Offerors (Section K)
    • Exceptions to Solicitation Requirements
    • Other Required Information

Proposal Cross Referencing

  • Technical volume should be standalone without cross-referencing to other volumes.
  • Cross-referencing within a volume is permitted to conserve space without impairing clarity.

Evaluation Criteria

Source Selection

  • Best Value Source Selection: Conducted in accordance with FAR 15.3 as supplemented.
  • Determination of Best Value: Using the Highest Technically Rated Offerors (HTRO) Minimum Technical Threshold Rating (MTTR) approach.
  • Evaluation:
    • Responsiveness and responsibility of Offerors in accordance with FAR 9.104-1.
    • Proposal conformity to solicitation requirements.
  • Award Pools:
    1. Small Business Set-Aside: For smaller requirements (less than 100 FTEs CONUS and less than 50 FTEs OCONUS).
    2. Full and Open Competition: For larger requirements (greater than or equal to 100 FTEs CONUS and greater than or equal to 50 FTEs OCONUS).

Evaluation Factors for CFT LASR

Evaluation Factors Used to Evaluate Each Proposal

  • Integrated Assessment: Based on AS9100D Certification, Technical, and Past Performance factors.

Factor 1 – AS9100D Certification

  • Pass/Fail: Must provide current AS9100D Certification.

Factor 2 – Technical

  • Subfactor 1: HTRO Self-Scoring Matrix
    • MTTR: Minimum threshold is 43,400 points.
    • Validation: Government validates self-scored matrices.
  • Subfactor 2: Small Business Participation Commitment Document (SBPCD)
    • Evaluation: Pass/Fail based on commitment to use U.S. small businesses.

Factor 3 – Past Performance

  • Evaluation Phases:
    1. Recency Assessment: Performance within the past five years.
    2. Relevancy Assessment: Similarity in scope and complexity.
    3. Performance Quality: Based on CPARs, questionnaires, and other sources.
  • Ratings:
    • Satisfactory (S): Meeting contract requirements.
    • Unsatisfactory (U): Failing to meet requirements.
    • Unknown (UK): Insufficient information.

CFT LASR Proposal Submission

Submission Instructions:

  • Submit proposals electronically via DoD SAFE.
  • Request a DoD SAFE drop-off code by emailing Ryan McCabe at [email protected].
  • After receiving the DoD SAFE drop-off code, upload the proposal and notify Ryan McCabe by email with a screenshot of the upload confirmation.

Past Performance Information:

  • Complete Section 1 of the Past Performance Questionnaire and email it to all POCs listed in the Past Performance Information Form.
  • Do not follow up with respondents; the PPET will conduct follow-ups as necessary.
  • Provide documentation of affiliate companies, sister companies, teaming arrangements, joint venture agreements, etc.

How can GDIC Help?

The US Air Force is a highly dynamic military establishment that constantly seeking products and services from qualified contractors to fulfill its missions. One of the areas the AF is active in acquiring services is staffing. As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help contractors prepare their proposals for the Air Force solicitations, including CFT LASR. We provide services such as capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help contractor proposal teams understand the technical and administrative requirements outlined in the solicitations and can provide guidance on how to structure the proposal to maximize its chances of success.
Our business development and proposal professionals have several decades of experience and expertise in proposals and contracts for the government. By working with GDIC, offerors can increase their chances of winning contracts such as the CFT LASR and position themselves for long-term success in the federal marketplace.