FA870513C0005 CPT Production Notice of Contract Action
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2293 AFNWC PZHSBEDFORD, MA, 01730, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Department of the Air Force, Air Force Nuclear Weapons Center, is extending the Period of Performance (PoP) for the Family of Advanced Beyond Line-of-Sight Terminals (FAB-T) Production Contract FA8705-13-C-0005. This no-cost extension, from December 31, 2025, to December 31, 2027, applies to a subset of fifteen Cost Plus Fixed-Fee (CPFF) Contract Line-Item Numbers (CLINs) due to contractor and site-related delays. The FAB-T program, a follow-on to the MILSTAR system, provides secure, survivable satellite communications for U.S. and international forces. The original contract was a limited competition between Boeing and Raytheon, who are deemed the only qualified sources due to their unique experience with the AEHF waveform and satellite terminal development. Awarding to any other source would incur substantial duplication of costs and unacceptable delays in meeting critical national security requirements, specifically a USSTRATCOM need date for Command Post Terminals (CPT) with PNVC capability. Market research confirmed the limited number of viable sources capable of delivering the full FAB-T capability within the required timeframe. The government intends to acquire data rights to enable future competition for sustainment work.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Justification and Approval: Support Base Services Ft. Bliss 6 Month Extension
    Buyer not available
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command at Fort Sam Houston, is seeking a six-month extension for the existing bridge contract W9124J-22-C-0018 with Tatitlek Training Services, valued at $10,521,957, to ensure the continuity of Support Base Services at Fort Bliss, Texas. This extension is critical to maintain mobilization and deployment activities while the agency addresses delays caused by a Government Accountability Office (GAO) protest regarding a competitive task order under the Support Base Services Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract. The incumbent contractor, Tatitlek Training Services, is deemed the only source capable of preventing a disruption in services that could adversely affect national security and troop readiness. Interested parties can reach out to Kevin Vijayan at kevin.vijayan.civ@army.mil or 210-466-2193 for further information.
    Transient Alert - Out of Scope Modification Sole Source JA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to modify an existing contract for the Transient Alert (TA) program at Barksdale Air Force Base in Louisiana. The modification aims to extend the terms and conditions of contract FA460821F0020 by an additional twelve months, allowing for continued service until a new contract vehicle can be established, which will include one base year and four option years. This extension is crucial for maintaining the operational readiness and support of aircraft and airframe structural components under the TA program. Interested parties can reach out to Sheronda Stewart at sheronda.stewart.1@us.af.mil or by phone at 318-456-3450 for further details regarding this sole source justification.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    FEURY Extension Redacted J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to extend the FEURY Program through a Justification and Approval (J&A) process. This opportunity involves platform support services in the IT and telecom sector, focusing on database, mainframe, and middleware labor. The FEURY Program is critical for maintaining and enhancing operational capabilities within the Air Force's communication and information systems. Interested parties can reach out to Luis Fraguada at luis.fraguada@us.af.mil or by phone at 781-225-2530 for further details regarding this procurement opportunity.
    TEAMS BMDS CSM/CND Contract Extension
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking to extend the TEAMS BMDS CSM/CND contract, which involves professional engineering and technical support services. This contract extension is crucial for maintaining and enhancing the capabilities of the Ballistic Missile Defense System (BMDS) and ensuring the effectiveness of the associated command and control systems. The performance will take place at Redstone Arsenal in Alabama, and interested parties can reach out to Lauren Travis at lauren.travis@mda.mil for further details. The specific funding amount and deadlines are not disclosed in the available information.
    Test Technology Support Serivces
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking a nine-month extension for its Test Technology Support Services (TTSS) contract with Geeks and Nerds Corporation (GaN), valued at $7 million. This extension is justified under 10 U.S.C. §3204(a)(1) due to delays in the proposal re-submission and source selection evaluations for a follow-on contract, ensuring continuity of critical operational test, data collection, and experimentation support for the United States Army Operational Test Command (USAOTC). The services provided are vital for maintaining operational readiness and meeting statutory requirements, with the potential loss of $55 million if the extension is not approved. Interested parties can contact Tiffany L. Alexander at tiffany.l.alexander.civ@army.mil or by phone at 254-287-8780 for further information.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    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.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This contract, which is a Firm-Fixed Price (FFP) single award, is aimed at fulfilling Foreign Military Sales (FMS) requirements for Bulgaria and Taiwan, with specific provisions for first article testing due to the item not being produced in over three years. The selected contractor must comply with AS9100 quality standards and cybersecurity regulations, with delivery of the full quantity required by December 31, 2028. Interested parties should note that the RFQ closing date has been extended to January 6, 2026, at 3 PM M.S.T., and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.