Loading...
28RFPREQAPM2710009
Response Deadline
Jun 5, 2026, 9:00 PM(EDT)30 days
Eligibility
Contract Type
Sources Sought
**Start Sources Sought Notice Addendum, dated 06 May 2026**
DISCLAIMER
THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT.
DESCRIPTION
This notice is issued as an addendum to the previously posted Sources Sought Notice (reference number 28RFPREQAPM2710009 dated 27 October 2025) regarding Contractor Logistics Support (CLS) Services for the E-6B aircraft under Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271). The Government appreciates the responses received to date and is now seeking additional information to further inform and refine its acquisition strategy.
Interested parties who have previously responded to the sources sought notice are requested to provide the information below. Interested parties who did not respond to the previous sources sought notice posting may still submit a response. However, in order to be considered for a capability assessment review, respondents must provide all information requested in this addendum as well as information required in the original sources sought notice.
Provide examples of your experience performing supply chain management work supporting multiple certified repair stations and/or vendors that perform quality component repairs, overhauls, and manufacturing. Describe how you have ensured adequate shelf stock of components was available to meet the parts and material demands of an out-of production, commercial-variant aircraft as a prime contractor, a member of a Joint Venture, or as a member of another type of teaming agreement. Include details such as the contract number, a summary of the Performance Work Statement (PWS), period of performance, the types of aircraft supported, processes used to monitor and replenish inventory, and any challenges encountered and solutions implemented. S
Specify the classification level(s) of the storage facility that would be used to support this effort. If the facility does not currently have the ability to store classified data, please describe the process your organization would follow to obtain the necessary approvals and clearances to store classified information at that facility. Include details on your experience with the Facility Clearance (FCL) process, the steps you would take to ensure compliance with government security requirements, and any previous success in obtaining such approvals.
Describe your organization’s experience in providing and/or coordinating engineering support and repair capabilities for aircraft components.
Explain your quality processes for ensuring that parts are repaired, overhauled, and certified Ready for Issue to meet Airworthiness standards and stock objectives defined by the Government.
Provide details describing your experience housing your management information system on Government Information Technology (IT) systems or networks. Include details such as the type of Government IT environment (e.g. on-premises, cloud, hybrid), the agencies or departments involved, security and compliance measures implemented, and any challenges encountered and how they were addressed.
SUBMISSION DETAILS
Means of Delivery: All responses shall be submitted via email to Timothy Ayers at timothy.c.ayers.civ@us.navy.mil, Randolph Putnam at randolph.a.putnam.civ@us.navy.mil, and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the subject “[CONTRACTOR NAME] E-6B CLS”. Large files (>5MB) may not be receivable due to the Navy/Marine Corps Intranet security restrictions.
Format: Responses must be provided in Microsoft Word and/or Microsoft Excel format, or Portable Document Format (PDF). Please ensure that Microsoft Office files are compatible with Office 2016 or later, as earlier versions may not be accessible by NAVAIR.
Page Limit: Submissions are limited to a maximum of 10 pages single-spaced pages, formatted for 8.5 x 11-inch paper, using a minimum 12-point Times New Roman font.
Marking and Handling: If your submission material contains proprietary information, please mark accordingly, and provide disposition instructions. All responses must be unclassified. Submitted materials will not be returned.
General Information: The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
Submissions received after the specified due date may not be considered as part of the formal market research for this acquisition.
The Government is not required to provide responses or comments to submissions but may request additional information following review.
Questions regarding this notice must be emailed to the Government points of contact identified within this notice.
**End Sources Sought Notice Addendum, dated 06 May 2026**
INTRODUCTION
Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271), requires Contractor Logistics Support (CLS) services for the United States Navy E-6B aircraft program.
The responses to this notice will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-aside categories businesses (including the following subsets, HUBZone Small Business concerns; Certified 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, Woman-Owned Small Business concerns) will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, and utilized by the Government to inform its acquisition/contracting strategy and develop the Performance Work Statement for this effort.
NAVAIR is anticipating award of an indefinite delivery indefinite quantity (IDIQ) contract for this action and may include the Firm Fixed Price and Cost reimbursement type Contract Line-item Numbers (CLINs) for Other Direct Costs such as materials.
The IDIQ ordering periods are expected to include a base period of 12 months with options for six additional ordering periods of 12 months each. The estimated start of work is second quarter Fiscal Year (FY) 2028.
Potential Places of Performance:
PAX NAS, Maryland
20% of Total Effort
50% On-Site Government
50% Off-Site Contractor
Offutt AFB, Nevada
10% of Total Effort
50% On-Site Government
50% Off-Site Contractor
Travis AFB, California
20% of Total Effort
50% On-Site Government
50% Off-Site Contractor
Tinker AFB, Oklahoma
50% of Total Effort
50% On-Site Government
50% Off-Site Contractor
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT.
PROGRAM BACKGROUND
This action is a follow-on requirement. These services are currently being performed under the following contract:
1. Indefinite Delivery Indefinite Quantity (IDIQ) N6134019D1010, Task Order N0001921F0094
2. Contract Type (FFP, Cost)
3. Incumbent: Vertex Aerospace LLC (CAGE 1P066)
4. This was not a small business set aside award.
5. This contract is available at http://foia.navair.navy.mil.
REQUIRED CAPABILITIES
The E-6B aircraft is a Boeing 707-320 commercial-derivative communications aircraft that is operated by the United States Navy (USN).
The Contractor will be required to provide CLS services for the E-6B to include supply chain management, warehouse and warehouse personnel management, and Support Equipment (SE) maintenance and training in support of the E-6B aircraft. The Contractor will furnish and deliver material required to support Organizational (O), Depot (D), and some Intermediate (I) level maintenance for the aircraft and mission systems performed by the Government at the Main Operating Base (MOB) and Forward Operating Bases (FOB).
The Contractor will be required to obtain Original Equipment Manufacturer (OEM) proprietary data license agreement for access and use of OEM proprietary data for all E-6B aircraft to include OEM engineering with the capability to provide all drawings, alteration, repair documentation, and updates to maintenance plans, and include terms and conditions under which the Contractor and associate contractors agree to exchange such proprietary information.
Only United States owned and operated contractors are eligible. Additionally, except for part supplier subcontractors, all prime and subcontractor employees performing services under a resulting contract must be U.S. citizens.
In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor and overhead costs that have only direct labor as a base and the small business’ General and Administrative rate multiple by labor costs. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR 52.249-14. If a prime is a joint venture, the cost of performance by both the small business concerns is utilized in calculating their performance to comply with FAR 52.219-14.
The Government will not provide funding for a new business to enter the market for costs incurred to support any of the requirements identified above.
SPECIAL REQUIREMENTS
ELIGIBILITY
The contemplated NAICS code for this requirement is 488190 (Other Support Activities for Air Transportation) with a Small Business Size Standard of $40M. The contemplated Product Service Code (PSC) is J015 (Maint/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components).
All vendors must be registered in Systems for award Management (SAM Database) with its DUNs number and Commercial and Government Entity (CAGE) Code to conduct business with the Department of War.
Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 dated 02/15/2023 at https://www.acq.osd.mil/dpap/dars/class_deviations.html).
To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name and CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government’s capability determination.
SUBMISSION CONTENT
Interested businesses shall submit a brief capabilities statement package demonstrating the ability to perform the services covered under the required capabilities, acceptable in either MS Word or PDF format.
All responses shall include:
Corporate Information
Additionally, interested parties shall address the following questions in their response:
Respondents are advised against submitting a capability statement that merely mimics information within this notice, providing brochure-like information or general information.
SUBMISSION DETAILS
Means of Delivery: All capability statements should be sent via email to Timothy Ayers at timothy.c.ayers.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the subject “[CONTRACTOR NAME] E-6B CLS”. Large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security.
Media: Responses shall be in Microsoft Work and/or Microsoft Excel format, or Portable Document Format (PDF). Microsoft Office versions older than 2016 may not be accessible for NAVAIR.
Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11-inch pages using 12-point Times New Roman font minimum.
Marking: If the material provided contains proprietary information, please mark accordingly, and provide disposition instructions (submitted data will not be returned). All responses must be unclassified.
Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
The Government has no obligation to consider information received after the required due date as part of the formal market research for this acquisition.
The Government is under no obligation to provide responses or comments to the information received from interested persons but may request additional information following review.
Questions regarding this notice must be emailed to the Government point of contacts identified within this notice.
Lisa Troccoli
Timothy C. Ayers
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR HQS
NAVAL AIR SYSTEMS COMMAND
NAVAL AIR SYSTEMS COMMAND
NAVAL AIR SYSTEMS CMD HEADQUARTERS
NAVAL AIR STATION
PATUXENT RIVER, MD, 20670-5000
NAICS
Other Support Activities for Air Transportation
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS