Battlefield Airborne Communications Node (BACN) E-11A Platform Maintenance
ID: FA2291-BACNPLATFORMType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8726 AFLCMC HNK C3INHANSCOM AFB, MA, 01731-2100, USA
Timeline
    Description

    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 BACN fleet, which includes eight aircraft with plans for expansion, focusing on maintenance services both within the Continental United States (CONUS) and outside (OCONUS). The BACN platform is crucial for enhancing military communication capabilities, addressing challenges such as line-of-sight limitations and interoperability among various forces. Interested parties must submit their responses to the Request for Information (RFI) by May 13, 2025, and can direct inquiries to Nick Matthews at nicholas.matthews.1@us.af.mil or Charles Catungal, Capt, at charles.catungal.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Battlefield Airborne Communications Node (BACN) outlines the tasks for continued Contractor Logistics Support (CLS) for the E-11A Bombardier aircraft. The contract includes a base year with a transition-in period, followed by four optional years, aiming to enhance communication across military operations and disaster response. The BACN supports military commanders by providing effective voice and data communication, overcoming limitations like line-of-sight issues and interoperability challenges among various forces. Key elements include maintenance responsibilities, parts supply operations, program management, and data management for both CONUS and OCONUS operations. The contractor must develop a transition-in plan, including site surveys and personnel management, and perform an initial inventory of Government Furnished Property (GFP). The PWS specifies requirements for aircraft, including adherence to maintenance regulations and certifications. It highlights the importance of safety, airworthiness support, and incident reporting, ensuring consistent operational capability throughout the contract period. This document serves as a comprehensive guideline for delivering support services essential for maintaining the BACN aircraft fleet and enhancing mission effectiveness.
    The Department of the Air Force has issued a Request for Information (RFI) regarding the maintenance of the Battlefield Airborne Communications Node (BACN) E-11A aircraft fleet. The RFI, managed by the Air Force Life Cycle Management Center, seeks to gather industry input for potential Contractor Logistics Support (CLS) for the existing fleet of eight aircraft, with plans to expand to nine. The focus is on maintenance services within the Continental United States (CONUS) and outside (OCONUS). The RFI outlines a detailed performance work statement (PWS) requesting information on various aspects such as transition plans, maintenance capabilities, supply chain strategies, program management experience, and data management. Interested respondents must provide their company profile, relevant experience, cost estimates, and identify potential challenges. Responses are due by May 13, 2025, to designated contacts at the Air Force. This RFI is part of the preliminary step in obtaining insights into capabilities for managing maintenance contracts and does not guarantee future contracts or reimbursements for responses.
    The E-11A BACN Platform Request for Information (RFI) focuses on contractor requirements and expectations for supporting the BACN aircraft program. Key inquiry topics include government-furnished property (GFP) inventory, maintenance responsibilities, and contract structuring options. The U.S. Air Force (USAF) confirms ownership of spare engines and provides access to aircraft maintenance history for qualified bidders. Maintenance operations are largely off-site, and contractors will handle their Fuel Control Lead (FCL) responsibilities. The USAF is considering a contract with a three-year base and optional extensions to enhance competitive bidding. Details on operational locations, maintenance levels, and the necessity for a repair station certificate are clarified. The document outlines expected flight hours and maintenance reporting needed to form a rough order of magnitude (ROM) for contractors. It addresses queries regarding potential limitations on using commercial components and establishes guidelines for the Physical Security Protection Plan. The USAF's intent is to ensure comprehensive support for the BACN platform while managing contract compliance and operational efficiency throughout its lifespan. Overall, this RFI provides crucial guidance for potential bidders interested in the BACN aircraft maintenance and support contract, articulating their roles, responsibilities, and the operational environment.
    The document outlines a proposed structure for a contract involving the maintenance and support of the E-11A platform across various Forward Operating Locations (FOL) and a Main Operating Base (MOB). The central theme revolves around the contractor’s obligation to provide comprehensive labor and resources to ensure the successful operation of the BACN mission for a specified period of performance (PoP) of 12 months, with options for up to four additional years. Key elements include the responsibilities for maintaining critical spares at the FOLs and MOBs, evaluation of existing inventories based on failure rates, and the provision of necessary data as specified in the Contract Data Requirements List (CDRL). Additional CLINs cover costs for travel, other direct costs, and a transition plan to seamlessly change contractors. The document emphasizes the importance of logistical planning and resource management to maintain operational readiness and support the warfighter’s needs. Overall, it serves as a detailed framework for potential contractors involved in federal defense operations and reflects procedures typical in government Requests for Proposals (RFPs).
    Lifecycle
    Similar Opportunities
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Dept Of Defense
    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.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    B-1B Interface Unit, Comm
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a new manufacture of the B-1B Interface Unit, Comm, identified by NSN: 5895-01-589-9678 EK. This firm-fixed-price contract is for an initial quantity of four units, with the possibility of quantity adjustments at the government's discretion, and is categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The delivery of the units is required by March 31, 2026, and interested vendors must submit their offers electronically by January 2, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@us.af.mil.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    Brake Temperature Monitoring System
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research through a Request for Information (RFI) for a Fixed Wing Brake Temperature Monitoring System (BTMS). The objective is to identify potential sources capable of providing engineering services to design, install, and integrate a low-cost, non-invasive BTMS for HC/AC/MC-J aircraft, which must include digital temperature readouts and overheat alerts while being compliant with Night Vision Imagery System standards. This system is critical for enhancing aircraft safety and operational efficiency, with installation and integration expected to be completed by March 2026. Interested contractors are encouraged to respond by December 22, 2025, and should direct inquiries to Philip Earthly at philip.earthly.1@us.af.mil. Please note that this RFI is for information and planning purposes only, and the government will not reimburse any expenses incurred in response to this request.
    Request for Information - Data at Rest
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    U-2 Life Support Sustainment and Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for U-2 Life Support Sustainment and Support services. The procurement aims to secure depot-level sustainment support for U-2 Life Support oxygen-related equipment, including the maintenance of S-1034 Pilot Protective Assemblies, oxygen systems, and survival kits, as well as material management tasks under Contractor Logistics Support (CLS) principles. This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation for proposals; interested contractors are encouraged to respond by January 2, 2026, to provide their capabilities and experience. For further inquiries, interested parties may contact Brittney Lightsey at brittney.lightsey@us.af.mil or Michelle Rivera at michelle.rivera.3@us.af.mil.
    Repair of NIIN 014334368
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of NIIN 014334368, which pertains to airborne radio and television communication equipment. The procurement aims to ensure the operational readiness and reliability of critical communication systems used by the Navy. This opportunity is vital for maintaining the effectiveness of airborne communication capabilities, which are essential for mission success. Interested contractors can reach out to Christian Markle at 215-697-3563 or via email at christian.m.markle.civ@us.navy.mil for further details regarding the solicitation document.
    B-1 Multi Functional Display
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
    AN/ARC-210(V) Tactical Communications (TACCOM) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services related to the AN/ARC-210(V) Tactical Communications system. The requirements include repair and modification services, spare parts, hardware development, integration support, and various engineering and technical support activities, all crucial for maintaining and enhancing the capabilities of the AN/ARC-210(V) system. This acquisition is being pursued on a sole source basis due to Collins Aerospace being the only known source with the necessary expertise and technical data. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although the government does not intend to fund the development of alternative resources for this requirement.