Archer Contractor Logistics Support
ID: FA8217_Archer_SystemType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8217 AFLCMC HBDKHILL AFB, UT, 84056-5838, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 12:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is planning to issue a new five-year Indefinite Delivery Indefinite Quantity (IDIQ) sole source contract to North Point Defense Inc. for Contractor Logistics Support (CLS) and unscheduled maintenance and repairs on various configurations of the Archer Atmospheric Early Warning System (AEWS). This contract is critical as it addresses the sustainment needs of the Archer systems, which require specialized technical data and support that only the original developer can provide. Interested contractors are encouraged to submit capability statements, proposals, or quotations for consideration, although this is not a request for proposals, and the government will not cover any proposal preparation costs. For further information regarding the solicitation, interested parties should contact Captain Andrew Madison at Andrew.Madison.6@us.af.mil or Lanette Todd at Lanette.Todd@us.af.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Sole Source Pre-Solicitation: Follow-on Sustainment of Lockheed Martin Proprietary Components to the AEWS AN/FPS-117 Radar System
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract to Lockheed Martin Corporation for the follow-on sustainment of proprietary components related to the AEWS AN/FPS-117 Radar System. This contract will encompass a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a potential six-month extension, aimed at providing comprehensive Contractor Logistic Support (CLS) services, including engineering, program management, and emergency services for the radar system. The AEWS is critical for atmospheric early warning and consists of 27 operational sites across Alaska, Canada, and Hawaii, with the contract performance expected to include various hardware and software assemblies essential for maintaining operational readiness. Interested parties may submit capability statements or inquiries to Christopher Jarman or Cameron Tucker via the provided email addresses, with responses due by the specified deadline.
LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking Contractor Logistic Support (CLS) for the LITENING Advanced Targeting Pod System (ATP) through a presolicitation notice for a ten-year contract. The contractor will be responsible for a range of services including maintenance, training, engineering support, and logistics, aimed at ensuring a 92% availability rate of the LITENING pods. This contract is critical for maintaining operational readiness and sustainability of the targeting system used by the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released on September 26, 2024, with proposals due 90 days thereafter, and should direct inquiries to Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil.
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.
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.
Avenger Air Defense System – SOLE SOURCE RAYTHEON
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting a sole source contract for the Avenger Air Defense System, specifically targeting Raytheon Company. The procurement aims to add a National Stock Number (NSN) to the existing DLA-Raytheon Depot Level Repairable (DLR) contract SPRBL1-15-D-0017, which will support the operational capabilities of the Avenger Air Defense System. This initiative is critical for maintaining military readiness and ensuring the availability of essential defense equipment, with compliance requirements including approved FAT waivers and serial number tracking. Interested parties should direct their inquiries to David Bennett at david.b.bennett@dla.mil, as no telephone requests will be accepted, and the contract is expected to be priced based on specified quantity ranges.
Quadrant Target Detection Device (QTDD)/Datalink Electronics (DLE)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Cost-Plus Fixed Fee contract for the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE) in support of the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for producing designs for the QTDD and DLE, a Processor Upgrade for Mission Alliance (PUMA), providing program management support, and delivering production representative hardware units, along with travel support for AMRAAM missiles. This procurement is critical for enhancing missile capabilities and is expected to be awarded as a sole source contract to Raytheon Company, with a contract duration of 52 months, including one basic period and three option periods. Interested parties may submit capability statements for consideration, and the solicitation is anticipated to be released on May 1, 2025, with responses due within 90 days of issuance. For further inquiries, potential offerors can contact Ivan Jones at ivan.jones.2@us.af.mil or Jeremy Nable at jeremy.nable@us.af.mil.
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.
Battlefield Airborne Communications Node (BACN) E-11A Platform Maintenance
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is seeking information from vendors regarding the maintenance of the Battlefield Airborne Communications Node (BACN) E-11A aircraft fleet. The procurement aims to establish Contractor Logistics Support (CLS) for the existing fleet of eight aircraft, with potential expansion to nine, focusing on maintenance services both within the Continental United States (CONUS) and outside (OCONUS). The BACN plays a critical role in enhancing military communication capabilities, addressing challenges such as line-of-sight limitations and interoperability among various forces. Interested parties must submit their responses, including company profiles and relevant experience, by May 13, 2025, to the designated contacts, Nick Matthews and Capt Charles Catungal, via their provided email addresses.
Airborne Warning and Control System (AWACS) Enterprise Contracting Effort, AWACS E-3 System Labs infrastructure support and aircraft maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the Airborne Warning and Control System (AWACS) E-3 System Labs infrastructure support and aircraft maintenance through a Request for Information (RFI). The objective is to identify capabilities for maintaining and operating the current AWACS E-3 System Labs, as well as supporting ongoing and future integration efforts for the E-3 platform, which plays a critical role in both domestic defense and international collaborations with allies such as France and NATO. Interested parties are required to provide detailed information regarding their qualifications, including business classification and security clearance, and must submit their responses via email within 15 calendar days of the announcement. For further inquiries, respondents can contact Mr. Brett Clemens at brett.clemens.1@us.af.mil or Ms. Allison Eacrett at allison.eacrett@us.af.mil.
Solicitation For Five Year Requirements Long Term Contract for Repair of Items
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a five-year Requirements-type Long Term Contract (LTC) focused on the repair of items supporting the I-CAP II Peculiar Aircraft (EA-6B). This contract specifically pertains to the repair of electronic components classified under NAICS code 334419 and PSC code 5960, with the only known source of repair being Teledyne Defense Electronics, LLC. Government source approval is required prior to contract award, and interested parties can reach out to Alexis T. Hoepfl at 215-697-5072 or via email at alexis.t.hoepfl.civ@us.navy.mil for further information.