N0001925R1004 E-6B Planned Maintenance Interval (PMI) Depot Level Maintenance Specification for Maintenance, Repair and Overhaul (MRO)
ID: N0001925R1004Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified contractors for the Planned Maintenance Interval (PMI) Depot Level Maintenance Specification for the E-6B aircraft, focusing on Maintenance, Repair, and Overhaul (MRO) services. This procurement aims to establish a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass a five-year ordering period with options for two additional one-year periods, spanning from Fiscal Year 2026 to 2032. The E-6B aircraft plays a critical role in airborne strategic command, control, and communications, necessitating reliable maintenance services to ensure operational readiness. Interested parties must submit requests for access to the PMI specifications and associated documents to Contract Specialist Timothy Ayers at timothy.c.ayers.civ@us.navy.mil, adhering to specific requirements regarding company registration and export control compliance. The government will not accept unsolicited proposals, and all costs incurred in response to this notice will be the responsibility of the interested parties.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    MB-2 & B-7 Retrofit Material Kit & Installs
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    Maintenance Laptops
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is soliciting proposals for the manufacturing of P-8 Maintenance Laptop Sets under a five-year, fixed-price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement requires the production of specific Panasonic Toughbook laptops and associated components, including retrofitting legacy systems, with a focus on adhering to strict quality assurance standards and export control regulations. This contract is critical for maintaining operational readiness and support for the P-8 aircraft, ensuring that the Navy has reliable and functional maintenance equipment. Interested contractors must possess a certified DD Form 2345 to access the technical drawings and should direct inquiries to Michael Miller at michael.t.miller248.civ@us.navy.mil, with proposals due as specified in the solicitation documents.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    16--TIP ASSEMBLY,LEFT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Left Tip Assembly of the P-8 aircraft, specifically under the NSN 7R-1680-016938648-P8. The procurement is intended to be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on December 17, 2025, and a closing date of January 15, 2026. For further inquiries, interested organizations may contact Taylor M. Weidman at taylor.m.weidman2.civ@us.navy.mil.
    MH-60R/MH-60S Aircraft Maintenance and Repair
    Buyer not available
    The Department of Defense, through the Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), is seeking contractors with experience in MH-60R/MH-60S aircraft maintenance, repair, and overhaul (MRO) services for the U.S. Navy's forward-deployed aircraft in the Indo-Pacific Command Area of Responsibility (AOR). The procurement aims to identify capable contractors who can provide both scheduled maintenance (including PMI-1N and PMI-2N events) and unscheduled maintenance (such as In-Service Repairs and Depot-Level Technical Directives), along with necessary engineering and logistics support. Interested contractors must have facilities capable of supporting 10-13 aircraft simultaneously within 400 nautical miles of NAF Atsugi, and must comply with local engineering specifications and NAVAIR MH-60R/S IMP specifications. For further inquiries, interested parties can contact Jonathan Groeschel at jonathan.j.groeschel.civ@us.navy.mil or Irene Saito at irene.saito@fe.navy.mil.
    16--TIP,ASSEMBLY,LH, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a left-hand assembly tip for the P-8 aircraft, specifically identified by NSN 7R-1680-016600068-P8. The procurement will be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support for this component. This opportunity is critical for maintaining the operational readiness of the P-8 aircraft, and interested parties are encouraged to submit their capability statements to the contracting officer, Taylor M. Weidman, at taylor.m.weidman2.civ@us.navy.mil, within 15 days of this notice. The solicitation is expected to be issued on December 17, 2025, with proposals due by January 15, 2025, and the anticipated award date is January 30, 2025.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.