Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) in support of the E-6B Mercury Aircraft.
ID: N00019-24-RFPREQ-APM271-0209Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA
Timeline
  1. 1
    Posted Nov 27, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 8:30 PM UTC
Description

The Department of Defense, through the Naval Air Systems Command, is conducting market research for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to support the E-6B Mercury Aircraft. This procurement aims to gather information on the capabilities of both large and small businesses to provide a range of services, including engineering, logistics support, systems integration, and software development, essential for the aircraft's lifecycle management and mission operations. The IDIQ MAC will facilitate competitive awards for delivery and task orders over a ten-year period, with the anticipated Request for Proposal release in the first quarter of FY2026 and contract awards expected in the first quarter of FY2027. Interested vendors are encouraged to submit their qualifications and capabilities by contacting Lisa Troccoli or Randy Putnam via email, as detailed in the opportunity overview.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 1:05 PM UTC
The government document outlines a Request for Proposals (RFP) for a community development grant aimed at improving affordable housing initiatives in urban areas. The primary goal is to support local governments, nonprofits, and community organizations through federal funding to enhance existing housing programs and foster economic stability. Key objectives include increasing the availability of affordable housing, promoting sustainable development practices, and engaging community stakeholders in the planning process. Proposals are expected to address specific criteria such as project feasibility, potential impact on the community, and alignment with federal housing goals. Furthermore, applicants are encouraged to demonstrate collaboration with local partners and provide metrics for success evaluation. The document emphasizes strict adherence to compliance requirements and encourages innovative solutions that could be scaled or replicated in other areas. Overall, the RFP seeks to mobilize resources and strategic partnerships to tackle housing disparities, thereby enhancing the quality of life for residents in urban settings and ensuring equitable access to safe and affordable housing.
The document is a Sources Sought Response for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract concerning the Airborne Strategic Command, Control, and Communications (ASC3) Program Office (PMA-271). It seeks information from companies regarding their capabilities and qualifications to fulfill contractual requirements associated with advanced communication systems for military applications. Key elements include company identification details, business size and socio-economic status, and a series of inquiries assessing the firm's qualifications across functional areas including communications systems integration, systems architecture design, maintenance and modification of air vehicles, systems engineering, software design, systems security engineering, and sustainment support. The document outlines specific requirements for responses, such as capabilities in handling classified information, certifications (e.g., ISO, FAA), past performance, and potential partnerships with subcontractors. Further, it invites feedback on the proposed contract type, periods of performance, NAICS codes, and competition barriers in the industry. Overall, it serves as a pre-solicitation tool for the government to gauge industry interest, capabilities, and input before formally issuing a request for proposals (RFP).
The document is a Sources Sought Notice issued by the Airborne Strategic Command, Control, and Communications (ASC3) Program Office seeking input from industry to inform an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC). It outlines the requirements for companies to respond with their qualifications, capabilities, and business sizes under various North American Industry Classification System (NAICS) codes. Key areas of focus include mission communications systems, air vehicle maintenance, systems engineering, software design, and sustainment support. Respondents must provide details about their ability to perform specific tasks related to communications, systems architecture, engineering processes, cybersecurity, and logistics support. The document also encourages small businesses to identify teaming partnerships and addresses limitations on subcontracting, intending to promote small business participation. Additionally, the government seeks feedback on contract structure, performance periods, and potential barriers to competition. Overall, this notice aims to gather information to structure a future solicitation effectively, ensuring adequate competition and capability alignment within the aerospace sector.
Lifecycle
Similar Opportunities
E-4B National and Nuclear Communication Support (N2CS) Services
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking industry feedback and capability statements for the E-4B National and Nuclear Communication Support (N2CS) Services. This opportunity involves a potential Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a ten-year ordering period, aimed at providing specialized services that require access to the Message Processing System technical data, specifically the Multi-Channel Communication Interface (MCCI) Card. The government is conducting market research to identify responsible sources capable of fulfilling these requirements, with the possibility of negotiating with only one source if justified. Interested parties should submit their capability statements and any questions to Amanda Jones at amanda.jones.39@us.af.mil by the specified deadlines, noting that the government reserves the right to cancel the requirement at any time and that funds are currently not available for this contract.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command, is seeking proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for C-40A Contractor Logistics Support (CLS) services, aimed at maintaining operational readiness for 17 U.S. Navy and 2 U.S. Marine Corps aircraft. The procurement encompasses comprehensive logistics and maintenance support, including scheduled maintenance checks, management of government property, and adherence to cybersecurity compliance, ensuring the aircraft's functionality and safety. This contract is critical for sustaining military aviation operations, with a proposal submission deadline extended to May 12, 2025, and inquiries directed to Karin Jensvold at karin.jensvold@navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.
E6B – Very Low Frequency/ High Power Transmit System (VLF/ HPTS) - Follow on Flush DO
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source contract with Rockwell Collins for the flushing and inspection of the Very Low Frequency/High Power Transmit System (VLF/HPTS) Dual Trailing Wire Assembly (DTWA) on the E-6B aircraft. This procurement is critical for maintaining the operational readiness and functionality of the VLF communication systems used in airborne strategic command and control. The anticipated contract, which will be a Firm Fixed Price Task Order, is expected to span 12 months, commencing from the anticipated award date of November 30, 2025. Interested parties may submit capability statements or proposals within 30 days of this notice, and inquiries can be directed to Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil or Bezeyem Lemou at bezeyem.lemou.mil@us.navy.mil.
NGJ-MB Peculiar Support Equipment (PSE)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center, is soliciting proposals for a five-year Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at procuring MB1/MB2 Installation Fixtures and NGJMB Accumulator Adjustment Sets for the NGJ-MB program. This opportunity is exclusively available to small businesses under the NAICS code 332710, emphasizing compliance with military specifications and quality assurance measures. The contract is crucial for enhancing the operational capabilities of the Department of Defense, ensuring national defense readiness through reliable supply and service provision. Interested contractors must acknowledge receipt of the amendment and submit their proposals within the specified timeline, with a validity period of 180 days; for further inquiries, they can contact Melanie Simon at melanie.k.simon.civ@us.navy.mil.
Logistics IT Integration and Support (LIIS) Capability Modernization, Deployment, and Support (CMDS) Multiple Award Contract (MAC)
Buyer not available
The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the Logistics IT Integration and Support (LIIS) Capability Modernization, Deployment, and Support (CMDS) Multiple Award Contract (MAC). This procurement aims to enhance logistics IT systems through modernization and support services, which are critical for maintaining operational readiness and efficiency within naval logistics. The contract is partially set aside for small businesses, and interested parties should note that the solicitation response date has been extended to May 19, 2025. For further inquiries, potential bidders can contact Elden Greuber at elden.greuber@navy.mil or Meghan Huett at meghan.e.huett.civ@us.navy.mil.
MAC IDIQ REPAIR OF 24 NIINs (USQ-82)
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) for the repair of 24 National Item Identification Numbers (NIINs) under the designation USQ-82. This procurement aims to secure services related to the manufacturing and repair of bare printed circuit boards and associated electrical and electronic assemblies, which are critical components in various defense systems. Interested contractors should note that the primary contact for this opportunity is Derek J. Ford, who can be reached at 717-605-4385 or via email at derek.j.ford@navy.mil for further inquiries. Specific deadlines and funding amounts have not been provided in the overview.
V--Indefinite-Delivery, Indefinite Quantity (IDIQ) contract for Exclusive Use and
Buyer not available
The Department of the Interior, through the Interior Business Center (IBC), is preparing to issue a Request for Proposals (RFP) for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract to provide rotary-wing aircraft flight services in support of the Naval Sea Systems Command (NAVSEA) Program Executive Office for Integrated Warfare Systems (IWS). This procurement will include one Exclusive Use multiengine medium lift helicopter and one On-Call helicopter, both of which must meet specific military specifications and FAA regulations, with services aimed at transporting personnel and cargo, as well as supporting military operations. The contract is structured for a maximum performance period of five years, consisting of a 12-month base period followed by four 12-month options, with the RFP expected to be released around May 1, 2025, and submissions due by June 1, 2025. Interested contractors should contact Homer Shoup at homershoup@ibc.doi.gov or call 571-560-0003 for further details.
PMW 160 Automated Digital Network System (ADNS) Multiple Award Contract (MAC)
Buyer not available
The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is preparing to issue a Full and Open competitive Request for Proposal (RFP) for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC). This procurement focuses on the ADNS, which is a Navy Program of Record that integrates various Commercial-Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) hardware and software to enhance communication capabilities across naval platforms. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with an eight-year ordering period, and it is anticipated that the RFP will be released in the third quarter of fiscal year 2025, with contract awards expected in the first quarter of fiscal year 2026. Interested parties can direct inquiries to Contract Specialist Andrea M. Cohn at andrea.m.cohn.civ@us.navy.mil or by phone at 619-208-1247.
E4B Contactor Logistics Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to extend a sole-source contract with Boeing Company for Contractor Logistics Support (CLS) related to the E-4B National Airborne Operations Center aircraft. The contract modification aims to provide comprehensive support, including program management, aircraft depot maintenance, supply chain management, and field service representatives, ensuring the operational readiness of this critical military asset for U.S. strategic command and control functions. The total budget ceiling for this contract is set at $4.2 billion, with a performance period from December 1, 2025, to May 31, 2036, and interested parties are encouraged to submit capability statements, although funding is currently unavailable. For further inquiries, contact Amanda Jones at amanda.jones.39@us.af.mil.
Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC) On-Boarding Notice
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking vendors for the Fiscal Year (FY) 2023-2027 Production Sonobuoy Multiple Award Delivery Order Contract (MADOC). The MADOC vehicle is for the procurement of six (6) Production Capability Categories of Sonobuoys: Bathythermograph, Passive, Active/Passive Combo, Multistatic Receiver, Multistatic Source, and Special Mission. Sonobuoys are air launched expendable, electro-mechanical ASW acoustic sensors designed to relay underwater sounds associated with ships and submarines to sophisticated remote processors principally on P-3C, P-8A, and MH-60R aircraft. Interested vendors should contact Kristin Recio and Lisa Troccoli at Kristin.a.recio.civ@us.navy.mil and Lisa.j.troccoli.civ@us.navy.mil respectively.