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
    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.
    Notice of Intent for Sole Source Award F-15 Eagle Crest
    Buyer not available
    The Department of Defense, specifically the United States Air Force Life Cycle Management Center, intends to award a sole source Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to The Boeing Company for the F-15 Eagle Weapon System, under the project titled "F-15 Eagle Crest." This contract will cover a wide range of activities including aircraft production, integration, modernization, upgrades, retrofits, and sustainment, as well as hardware and software design, development, and integration. The F-15 Eagle Weapon System is critical for both USAF operations and Foreign Military Sales, ensuring ongoing support and enhancements for this vital military asset. Interested parties can reach out to Valerie Neff at valerie.neff@us.af.mil or Stacey Carone at stacey.carone@us.af.mil for further information, noting that foreign participation at the prime contractor level is not permitted due to security requirements.
    Engineering Support Services - Commercial Derivative Aircraft
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services related to Commercial Derivative Aircraft, specifically for the Executive Aircraft Division. The contract encompasses both recurring and non-recurring engineering support services for a fleet of critical aircraft, including the VC-25A (Air Force One), E-4B, C-32A, C-40B/C, and the upcoming VC-25B, focusing on systems engineering, safety management, and compliance with FAA regulations. This procurement is vital for maintaining the operational readiness and safety of these aircraft, with proposals due following the issuance of amendments to the solicitation on October 30 and November 5, 2025. Interested contractors should direct inquiries to Cameron Burton or Capt Bailey Calico via their respective emails, and ensure acknowledgment of all amendments to their proposals.
    BOSS Saudi PTI 25047
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center (AFSC/PZIMB), is seeking to award a Sole Source, Firm-Fixed-Price contract for specific hardware and support items under Solicitation Number FA813926Q0006. The procurement includes a 1553 Hardware Kit (TCG-1553), a BOSS Multi-Link Lunchbox Model (TCG-2000 ML), a DIS Interface (TCG-DIS), and Product Support Platinum (TCG-PSP-MLB), with each item requiring a quantity of one and a delivery timeframe of 90 days after receipt of order (ARO). This equipment is critical for enhancing operational capabilities, and the contract will be awarded to the technically acceptable vendor with the lowest evaluated price, necessitating active registration in the System for Award Management (SAM). Quotations are due by November 14, 2025, at 3:00 PM CST, and interested vendors should submit their proposals via email to Contract Specialist Janee Nesbit at janee.nesbit@us.af.mil.
    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.
    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.
    E-6B Contractor Logistics Support (CLS) Services
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking Contractor Logistics Support (CLS) services for the E-6B aircraft program, which is critical for the United States Navy's airborne strategic command and control operations. The procurement aims to identify potential contractors capable of providing comprehensive support, including supply chain management, maintenance, and training for the E-6B aircraft, with a focus on ensuring operational readiness at various military bases. This opportunity is particularly significant as it follows an existing contract and is intended to explore Small Business Set-Aside options, encouraging participation from small businesses, including HUBZone, 8(a), and veteran-owned firms. Interested parties must submit their capabilities statements by responding to the designated contacts, Lisa Troccoli and Timothy C. Ayers, with a submission deadline yet to be specified, and the anticipated contract award is expected to commence in the second quarter of Fiscal Year 2028.
    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.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Buyer not available
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.