E4B Contactor Logistics Services
ID: FA8134-26-R-0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8134 AFLCMC WLKTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Jun 16, 2025, 9:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 27, 2024, 3:25 PM UTC
Mar 26, 2024, 4:41 PM UTC
Mar 26, 2024, 1:11 PM UTC
Mar 18, 2025, 2:05 PM UTC
The U.S. 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 proposed contract modification will result in a total budget ceiling of $4.2 billion, with an expansion of ten additional one-year options and a six-month extension of services. The CLS will cover aspects such as program management, aircraft depot maintenance, supply chain management, and field service representatives, supporting vital national security operations. The contract’s performance period is scheduled from December 1, 2025, to May 31, 2036. Interested parties are invited to submit capability statements, although the contracting officer emphasizes that funding is currently unavailable, and no award will be made until adequate funds are secured. A Request for Proposal has been released, pending final justification approval. The contract aims to ensure the ongoing maintenance and operational readiness of a crucial military asset responsible for strategic command and control functions for U.S. leadership. The Ombudsman mechanism is established to address contractor concerns during the proposal phase, ensuring transparency and communication throughout the contracting process.
Lifecycle
Title
Type
Presolicitation
Special Notice
Sources Sought
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 to establish a basic Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for E-4B National and Nuclear Communication Support (N2CS) Services. This procurement aims to fulfill specific requirements that necessitate access to the Message Processing System technical data, particularly the Multi-Channel Communication Interface (MCCI) Card, with the intention of negotiating with a single responsible source. The contract will span ten one-year periods with a potential six-month extension, and interested parties are encouraged to submit capability statements and feedback on draft documents by contacting Amanda Jones at amanda.jones.39@us.af.mil. It is important to note that the government reserves the right to cancel this requirement at any time, and currently, funds are not available for this contract.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for C-40A Contractor Logistics Support (CLS) services to support seventeen United States Navy (USN) aircraft and two United States Marine Corps (USMC) aircraft. This procurement aims to establish a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to ensure the operational readiness and maintenance of these aircraft. The opportunity is critical for maintaining the fleet's capabilities and ensuring mission success. Interested parties must submit their proposals by 4:00 PM EST on May 12, 2025, and may direct inquiries to Karin Jensvold at karin.jensvold@navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.
Mission Planning Software Offutt AFB, Nebraska
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure mission planning software and related services for four E-4B USAF aircraft based at Offutt AFB, Nebraska. The contract will be awarded solely to Boeing Digital Solutions, Inc., which possesses proprietary software and the necessary crew dispatch capabilities as outlined in the Statement of Work (SOW). This procurement is critical for ensuring 24/7 mission planning and execution support, including accurate flight routing, threat avoidance, and emergency response for high-priority operations. Interested offerors must submit their proposals by April 24, 2025, and should direct any inquiries to Mr. Tyler Imhoff or Mr. Daniel Kuchar via their provided email addresses.
Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
Buyer not available
The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.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.
PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
1560-01-152-6480 - SUPPORT,STRUCTURAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural support components for the B-52 Stratofortress aircraft, identified by NSN 1560-01-152-6480. The contract will involve a firm fixed price for a quantity of 14 units, with delivery expected within 365 days of contract award. This procurement is critical for maintaining the operational readiness of the B-52 fleet, which plays a vital role in national defense. Interested vendors should note that the solicitation will be issued on or around April 9, 2025, and can be accessed via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Calvin Peterson at calvin.peterson@dla.mil or call (804) 659-8838.
BDSO KLX PHASE 1 ADDS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to add twelve National Stock Numbers (NSNs) to an existing long-term strategic sole source contract, specifically contract SPE4AX20D9412. This procurement is aimed at acquiring aircraft parts and auxiliary equipment, with the NSNs being sole source to Honeywell and exclusively licensed to Boeing Distribution Services, indicating a specialized requirement for these components. Interested non-original equipment manufacturers (OEMs) and surplus dealers are encouraged to express their interest and provide necessary documentation to demonstrate their capability to supply the items, as the government may adjust its acquisition strategy based on responses. For further inquiries, Andrew Collins can be contacted at Andrew.Collins@dla.mil or by phone at 804-638-8766, with the solicitation expected to be issued around May 1, 2025.
E3 SYSTEM AIRBORNE WARNING AND CONTROL SYSTEM (AWACS)-AVIONICS INTEGRATION LAB (AIL) INTEGRATION AND TEST SUPPORT (AITS) (SYSTEM AITS) LAB SUPPORT
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is planning a contract extension with The Boeing Company for the ongoing operations and maintenance of the E-3 System AWACS Integration and Test Support (AITS) laboratory. This laboratory is critical for the development and testing of software and hardware prior to their integration with operational aircraft, significantly reducing the need for extensive flight testing. The contract extension is justified under federal regulations permitting sole-source awards when only one responsible source can fulfill agency requirements without causing delays. Interested parties may direct inquiries to Brett Clemens at brett.clemens.1@us.af.mil or Allison Eacrett at allison.eacrett@us.af.mil, noting that this notice serves solely for informational purposes and does not constitute a Request for Proposal (RFP).
E-6B Sealant Removal and Replacement
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for sealant removal and replacement services on E-6B aircraft. The contract will specifically involve the removal of EF-5992 sealant and its reapplication on fuel cells and surfaces of nine E-6B aircraft, with performance expected at Tinker Air Force Base in Oklahoma during depot maintenance events from Fiscal Year 2025 through 2029, including options for two additional years. This procurement is critical as it ensures the integrity and safety of the aircraft, with Performance Aircraft Systems, Inc. being the sole source due to their unique capability to perform the work without damaging the aircraft structures. Interested parties may submit capability statements within 30 days of this notice, and for further inquiries, they can contact Randy Putnam at randolph.a.putnam.civ@us.navy.mil or Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil.