Enterprise Collection Planner (ECP)
ID: FA8527-24-R-0035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8527 AFLCMC HBKBROBINS AFB, GA, 31098-2122, USA

NAICS

Custom Computer Programming Services (541511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Enterprise Collection Planner (ECP) software system, which is crucial for the operations of the Air Force Distributed Common Ground System (AF DCGS). This sole source requirement is directed to BAE Systems Information and Electronic Systems Integration Inc., and encompasses sustainment and logistical support services necessary for the continued functionality of the ECP. The contract will have a duration of 18 months, with a potential six-month extension, and proposals must be submitted by 5:30 PM EST on September 30, 2024, with the possibility of requesting an extension if needed. Interested parties can reach out to ShaNellda Harris at shanellda.harris@us.af.mil or Mathew McGhee at mathew.mcghee.3@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force is soliciting a proposal from BAE Systems Inc. for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Enterprise Collection Planner (ECP) support, including engineering and support services for the Air Force Distributed Common Ground System. Proposals must adhere to specific cost and pricing guidelines and remain valid for 90 days, with submission due by 30 September 2024. Notably, funding is currently unavailable, and the government may cancel the solicitation without financial obligation to the bidders.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FA8214-13-C-0001 ISC 1.0 Extension
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract extension with BAE Systems Technology Solutions for the ISC 1.0 project, which supports the integration of the ICBM weapon system. The procurement aims to extend the current contract (FA8214-13-C-0001) to continue providing essential systems engineering, integration, and program management support, with an anticipated award ceiling increase of $1,192,897,112.00 across 35 programs. This contract is critical for maintaining the operational effectiveness of the ICBM system, ensuring that the government can effectively manage and integrate weapon systems. Interested parties may submit capability statements or proposals, with the anticipated award date set for December 1, 2024, and the period of performance running from February 1, 2025, to July 31, 2027. For further inquiries, contact Sean McDonough at sean.mcdonough.1@us.af.mil or Lindsey Field at lindsey.field@us.af.mil.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for both the United States Air Force and Foreign Military Sales customers. The selected contractors will be responsible for a range of activities, including hardware and software design, integration, testing, and product support, with a focus on upgrades and acquisitions for the F-15 system. Interested parties must submit their qualifications by 4 PM EST on September 16, 2024, to Valerie Neff at valerie.neff@us.af.mil, and should be aware that this is a pre-solicitation notice for market research purposes, not a request for proposals.
    Comprehensive Construction & Engineering (C2E) MATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Comprehensive Construction & Engineering (C2E) MATOC IDIQ contract, which encompasses worldwide Design-Build (DB) and Design-Bid-Build (DBB) construction services. This contract aims to provide a full range of construction methods and technologies to support the design and construction of new facilities, as well as the repair, renovation, and restoration of existing infrastructure, with potential users including various branches of the military and federal agencies such as NASA and DARPA. Proposals are due by October 10, 2024, and interested parties must submit their offers through the PIEE Solicitation module, as no hard copies will be accepted. For further inquiries, contact the C2E Team via email at 772ESS.PKA.C2E@us.af.mil.
    Engineering Change Proposal Integration Contract (EPIC) Phase 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is initiating a presolicitation for the Engineering Change Proposal Integration Contract (EPIC) Phase 3, aimed at providing non-recurring support for the F-35 "Lightning II" Joint Program Office. This contract will focus on redesigning structures and systems to address production and fleet deficiencies, emergent fleet issues, and improvements related to reliability, maintainability, and producibility, culminating in the development of Engineering Change Proposal packages. The contract is being pursued on a sole source basis with Lockheed Martin Aeronautics Company, the sole designer and manufacturer of the F-35 aircraft, due to their unique capabilities and proprietary technical documentation. Interested parties may submit capability statements or proposals within 15 days of the notice, and should direct inquiries to James T. Francisco or Daniel T. Haertle at the provided email addresses.
    Global Positioning System Contract Segment Sustainment II (GCS II)
    Active
    Dept Of Defense
    The Department of Defense, through the United States Space Force (USSF), is seeking to extend the Global Positioning System Contract Segment Sustainment II (GCS II) with Lockheed Martin Services LLC (LMS) for sustainment support of the GPS Control Segment until December 31, 2028. This extension aims to facilitate the transition to a competitive contract for the Next Generation Operational Control System (OCX) while addressing critical operational and cybersecurity needs associated with the launch of GPS III satellites. The contract encompasses a range of services, including hardware and software maintenance, cybersecurity, system administration, and training, ensuring minimal disruption to ongoing operations. Interested parties must submit a Statement of Capability within 15 calendar days to the primary contact, Matthew J Buchanan, at matthew.buchanan@spaceforce.mil, or the secondary contact, Chris Cook, at christopher.cook.62@spaceforce.mil, as this notice does not constitute a formal Request for Proposal (RFP).
    Computer System 7010-01-545-7986
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting a sole source acquisition for the Computer System 7010-01-545-7986 from BAE, CAGE 94117. This procurement is categorized under the NAICS code 336413, focusing on the manufacturing of other aircraft parts and auxiliary equipment, and falls under the PSC code 5895 for miscellaneous communication equipment. The successful contractor will be responsible for meeting stringent quality and compliance standards essential for defense sector requirements. Interested vendors should direct inquiries to April Walls at april.walls@us.af.mil or call 478-926-5000, with submission deadlines set for September 16, 2024.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing essential product support activities for the 416 Supply Chain Management Squadron at Hill Air Force Base, Utah. The contractor will serve as a systems integrator, responsible for managing technical support, logistics, and systems integration for F-16 avionics systems, ensuring operational readiness and compliance with military standards. This contract is critical for sustaining avionics testing capabilities and addressing obsolescence issues, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties must submit their proposals by the deadline of October 1, 2024, and can direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or by phone at 801-775-4631.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    Multi-ECP Incorporation Synopsis
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source delivery order to Northrop Grumman Systems Corporation – Aerospace Systems (NGAS) for the MQ-4C program. This procurement involves a recurring engineering retrofit effort to incorporate multiple Engineering Change Proposals (ECPs) into fielded aircraft, supporting both the United States Navy and the Royal Australian Air Force. As the sole designer and manufacturer of the MQ-4C Triton Unmanned Aircraft System, NGAS possesses the unique expertise and technical data necessary to fulfill the government's requirements within the established cost and schedule constraints. Interested parties seeking subcontracting opportunities should contact Vicky Harper-Hall at Northrop Grumman via email or phone, as this notice does not constitute a request for proposals and no contract will be awarded based on offers received.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.