E3 System AWACS Integration and Test Support (AITS) III, (System AITS)
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2363 FMS AWACS AFLCMC/HBIHANSCOM AFB, MA, 01731, USA

NAICS

Aircraft Manufacturing (336411)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a contract for the E-3 System AWACS Integration and Test Support (AITS) III to The Boeing Company. This contract aims to ensure the continued operations and maintenance of laboratory facilities that are critical for the development and testing of software and hardware for the AWACS aircraft, thereby reducing the need for extensive flight testing. The AITS laboratories play a vital role in supporting AWACS upgrade programs and facilitating integration and test requirements in a controlled environment. The contract is expected to be awarded by November 30, 2025, with an estimated value of $4.5 million and a performance period of 12 months. For further inquiries, interested parties may contact Brett Clemens at brett.clemens.1@us.af.mil or 781-225-5722, or Allison Eacrett at Allison.eacrett@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Life Cycle Management Center (AFLCMC) is preparing to award a contract for the E-3 System AWACS Integration and Test Support (AITS) III to The Boeing Company. This contract will ensure continued operations and maintenance of laboratory facilities essential for the development and testing of software and hardware intended for the AWACS aircraft, minimizing the need for extensive flight testing. The contract is set to be awarded by November 30, 2025, with an estimated value of $4.5 million and a performance period of 12 months. There will be no subcontracting opportunities, and the notice is purely informational, not soliciting proposals or commitments from potential respondents. The notice emphasizes that any responses submitted are voluntary and should refrain from including proprietary or classified information. Overall, this initiative underscores the Air Force's ongoing dedication to maintaining and enhancing the capabilities of the AWACS program while managing costs effectively.
    Lifecycle
    Similar Opportunities
    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.
    Engineering Support Services - Commercial Derivative Aircraft
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    FA870513C0005 CPT Production Notice of Contract Action
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is announcing a no-cost extension for the Family of Advanced Beyond Line-of-Sight Terminals (FAB-T) Production Contract FA8705-13-C-0005, extending the Period of Performance from December 31, 2025, to December 31, 2027. This extension applies to a subset of fifteen Cost Plus Fixed-Fee (CPFF) Contract Line-Item Numbers (CLINs) due to contractor and site-related delays, ensuring the continued provision of secure satellite communications for U.S. and international forces. The FAB-T program is critical for meeting national security requirements, particularly for Command Post Terminals (CPT) with PNVC capability, and is limited to qualified sources such as Boeing and Raytheon due to their unique expertise. Interested parties can reach out to Brittany Desilets at brittany.desilets@us.af.mil or Catherine Ellison at catherine.ellison.1@us.af.mil for further information.
    Repair of KC-135 Attitude Indicator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a sole-source contract for the repair of KC-135 Attitude Indicators from L3 Aviation Products, Inc., the Original Equipment Manufacturer (OEM). This procurement is critical as L3 Aviation Products is the only known source with the necessary capabilities and expertise to perform the repairs, which are essential for maintaining the operational readiness of the KC-135 fleet. The estimated contract value is $9,575,234, with a one-year basic agreement and four one-year options, and the contracting officer will ensure fair pricing through thorough cost analysis. Interested parties can reach out to Kristen Carter at kristen.carter@us.af.mil or call 405-739-9444 for further information.
    ADVANCED HARPOON WEAPONS CONTROL STATION (AHWCS) TECHNICAL MANUALS, DATA AND COMPUTER SOFTWARE
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Price Delivery Order to The Boeing Company for the provision of digital copies of existing Advanced Harpoon Weapons Control Station (AHWCS) Technical Manuals, technical data, cable drawing packages, and computer software, both classified and unclassified. This procurement is critical to support the United States Navy's operational capabilities, as Boeing is the sole designer and manufacturer of the Harpoon Weapon System, possessing the unique technical data and expertise required for this task. The contract award is anticipated in the first quarter of fiscal year 2026, and interested parties may contact Joanna Roland at joanna.m.roland.civ@us.navy.mil or Lindsey Boka at lindsey.a.boka.civ@us.navy.mil for further information, while subcontracting opportunities can be explored with Chasity Strickland at Chasity.L.Strickland@boeing.com.
    Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors for the Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network. This procurement involves network support services, specifically aimed at maintaining and enhancing the capabilities of the USAEDS, which plays a critical role in monitoring and detecting nuclear activities. Interested parties can reach out to Katie Day at katie.s.day.civ@mail.mil or by phone at 618-418-6265 for further details regarding the contract, which is categorized under the PSC code DG01 for IT and telecom services. The opportunity is currently in the justification phase, and specific funding amounts and deadlines have not been disclosed.
    Digital Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    C130J Digital Heads Up Display Enhanced Vision System Demonstration
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking to procure a T-2 demonstration of an Enhanced Vision System (EVS) for the C-130J Digital Heads-Up Display (DHUD) under a delivery order against the GSA OASIS IDIQ contract. This procurement aims to enhance operational capabilities during the Air National Guard's firefighting season by demonstrating the EVS in challenging weather conditions such as fog, smoke, and heavy rain. The contract, valued at approximately $10 million over 14 months, has been justified under FAR 16.505(b)(2)(i)(B), indicating that only Raytheon Technologies' Collins division can meet the unique requirements due to their extensive experience and compatibility with existing systems. Interested parties can contact Kortney M. Coalt at kortney.coalt@us.af.mil or Justin Stanfill at justin.stanfill@us.af.mil for further information.
    Ceiling Increase for Next Generation Automated Test System (NGATS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey (ACC-NJ), intends to modify an existing contract with The Boeing Company to increase the ceiling for the Next Generation Automated Test System (NGATS). This modification aims to raise the contract ceiling by $25,450,321.35, bringing the total value to $144,104,368.35, and will incorporate two additional one-year ordering periods to facilitate the procurement of essential NGATS consoles, Self Test Interface Adapters (STIAs), and shelter integrations for deployment to Division Support Brigades (DSBs). The NGATS is critical for enhancing the Army's testing and diagnostic capabilities, ensuring operational readiness. For further inquiries, interested parties may contact Malgorzata Stroynowski at malgorzata.stroynowski.civ@army.mil or Klaudia A. Grabias at klaudia.a.grabias.civ@army.mil, noting that this announcement is for notification purposes only and does not constitute a formal Request for Proposal (RFP).