Engineering Support Services - Commercial Derivative Aircraft
ID: FA813426RB001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8134 AFLCMC WLKTINKER AFB, OK, 73145-3303, USA

NAICS

Engineering Services (541330)

PSC

MODIFICATION OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (K016)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Capt Bailey Calico
    Bailey.Calico@us.af.mil
    Files
    Title
    Posted
    This government solicitation, FA813426RB0010002, outlines a Request for Proposal (RFP) for Executive Aircraft Engineering Support Services (ESS), issued by AFLCMC WLK at Tinker AFB. The contract is a Rated Order under the Defense Priorities and Allocations System (DPAS) and falls under NAICS code 541330. It covers recurring engineering services for various aircraft (VC-25A, E-4B, C-32A, C-40B/C, VC-25B, NT-43A) for 12-month periods, primarily with a Fixed Price Incentive - Firm Target arrangement. The RFP also includes provisions for third-party data access, travel, engineering project materials, and non-recurring engineering tasks and projects with varying pricing arrangements (Cost No Fee, Cost Plus Fixed Fee, Cost Plus Incentive Fee, Firm Fixed Price, Cost Plus Award Fee). Proposal preparation services are categorized into low, medium, and high complexity based on estimated value and supplier tiers. The document details numerous Contract Data Requirements Lists (CDRLs) for technical data deliverables, such as Systems Engineering Management Plans, Technical Reports, and Meeting Minutes. Option periods for recurring services, travel, materials, and engineering tasks are also included, mirroring the base period’s structure and pricing arrangements.
    This Performance Work Statement (PWS) outlines recurring and non-recurring engineering support services for the Air Force Air Dominance Systems Center's Presidential and Executive Airpower Directorate. The contract, FA8134-27-D-BXXX, prepared on October 29, 2025, by AFLCMC/WVV at Tinker AFB, OK, covers critical support for a fleet of executive aircraft, including the E-4B, VC-25A (Air Force One), NT-43A, C-32A, C-40B/C, and the future VC-25B (Next Air Force One). Key recurring engineering tasks encompass systems engineering, safety management, reliability and maintainability (R&M) planning, and technical data management. The contractor must also provide service information and FAA airworthiness directive reviews, mission assurance, and system integration support. Non-recurring engineering involves specific tasks, projects, assignments, and studies, including prototype modifications and technical order support. The PWS emphasizes contractor responsibility for delivering accurate and complete documentation, adhering to quality standards, and complying with all specified requirements and regulations. This ensures the continued airworthiness, safety, and operational readiness of these critical government aircraft.
    The Performance Work Statement (PWS) outlines recurring and non-recurring engineering support services for sustaining and modernizing specific Air Force aircraft, including the E-4B, VC-25A (Air Force One), NT-43A, C-32A, C-40B/C, and VC-25B (Next Air Force One). The PWS details contractor responsibilities for executing work, managing deliverables, and adhering to strict quality and compliance standards. Key recurring services involve systems engineering, safety management, reliability and maintainability analysis, service information evaluation (including FAA Airworthiness Directives), configuration data management, engine and auxiliary power unit management, and maintenance program support. Non-recurring engineering tasks encompass various engineering projects, studies, and technical order support. The document also addresses general provisions such as contractor labor hour reporting, program security, compliance with laws and regulations, data rights, and reporting requirements, all under the sole authority of the Procuring Contracting Officer.
    The document describes an issue where a PDF viewer may not be able to display the file's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download. For further assistance, it directs users to http://www.adobe.com/go/acrreader. The document also includes trademark information for Windows, Mac, and Linux. This appears to be a standard placeholder message indicating a technical problem with viewing a government file, likely a federal RFP, federal grant, or state/local RFP, rather than providing substantive content related to such a document.
    The Government Rights in Data (GRID) document, Version 2.4.1, dated October 29, 2025, is a critical attachment for federal government RFPs, grants, and state/local RFPs. Its purpose is to provide a detailed list and clear understanding of all proprietary, Commercial-Off-the-Shelf (COTS)/Non-Development Item (NDI) components, parts, assemblies, sub-assemblies, processes, materials, frameworks, platforms, software, and software documentation to be used or incorporated into solutions. This document also manages license agreements for proprietary components and satisfies requirements of FAR clauses 252.227-7017 and 252.227-7028. Offerors must complete and certify Sections 4, 5, and 6, detailing technical data with restrictions, previously delivered data, COTS components, and specifically negotiated license rights for non-technical data. Failure to submit a completed and signed GRID document may render a proposal ineligible for award. The certified GRID becomes an inseparable part of the contract, and any post-award modifications require bilateral agreement.
    This government solicitation (FA813426RB001) is an invitation for offers for Executive Aircraft Engineering Support Services (ESS), primarily for recurring and non-recurring engineering for various aircraft models including VC-25A, E-4B, C-32A, C-40B/C, VC-25B, and NT-43A. The contract includes provisions for recurring engineering, third-party data access, travel, engineering project materials, and various levels of engineering tasks and projects (both fixed-price incentive and cost-plus-fixed-fee). It also details proposal preparation categories (low, medium, high) and a comprehensive list of Contract Data Requirements Lists (CDRLs). The solicitation outlines a base period and multiple option periods for these services, indicating a long-term requirement for engineering support with specific DPAS ratings and surveillance criticality designators.
    This government solicitation (FA813426RB0010003) outlines a Request for Proposal (RFP) for Executive Aircraft Engineering Support Services (ESS), primarily for various aircraft types including VC-25A, E-4B, C-32A, C-40B AF, C-40C AFRC, C-40C ANG, VC-25B, and NT-43A. The contract is a Rated Order under the Defense Priorities and Allocations System (DPAS) and falls under NAICS code 541330 with a size standard of $47,000,000.00 annual receipts.The scope of work includes recurring engineering services, third-party data access (MyBoeingFleet.com), travel, engineering project material procurement, and non-recurring engineering tasks and projects. Pricing arrangements vary, including Fixed Price Incentive - Firm Target, Firm Fixed Price, Cost No Fee, Cost Plus Fixed Fee, Cost Plus Incentive Fee, and Cost Plus Award Fee. The document details specific line items for each aircraft type and service, along with estimated quantities and hours for tasks and projects. It also covers proposal preparation categories (Low, Medium, High) with varying submission timelines and outlines numerous Contract Data Requirements Lists (CDRLs) for technical data deliverables. Option periods for recurring services, travel, material, and engineering tasks are also included, extending the potential duration of the contract.
    Amendment 0001 to Solicitation FA813426RB001, issued on October 30, 2025, by AFLCMC WLK at Tinker AFB, modifies the original solicitation. The primary purpose of this amendment is to incorporate the VC-25B Security Classification Guide into Section J (List of Attachments) of the solicitation. This action ensures that all terms and conditions of the original document remain unchanged and in full force and effect, except as explicitly modified by this amendment. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    Amendment 0002 to Solicitation FA813426RB001, issued on November 5, 2025, by AFLCMC WLK at Tinker AFB, modifies the original solicitation dated October 30, 2025. The primary purpose of this amendment is to incorporate Performance Work Statement (PWS) Revision 2 and add FAR clause 52.249-14, "Excusable Delays," which became effective in April 1984. This amendment replaces the previous PWS Revision 1 with Revision 2 and updates the contract clauses accordingly. Offerors must acknowledge receipt of this amendment to avoid rejection of their offers. The amendment also specifies procedures for changing already submitted offers. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to solicitation FA813426RB001, issued by AFLCMC WLK at Tinker AFB, modifies the original solicitation dated October 30, 2025. This amendment, effective November 19, 2025, incorporates two key clauses: FAR 52.229-4, pertaining to Federal, State, and Local Taxes (State and Local Adjustments), and DFARS 252.225-7013, concerning Duty-Free Entry. The document outlines procedures for offerors to acknowledge receipt of amendments and details how changes to submitted offers can be made. It also specifies the applicability of the amendment to either solicitations or existing contracts/orders, with particular attention to administrative changes or other modifications. All other terms and conditions of the original document remain in full force and effect. The amendment was created on November 19, 2025, and contact information for Connie Cole and Cameron Burton is provided.
    Lifecycle
    Title
    Type
    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.
    SUPPORT, STRUCTURAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for structural support for E2A/AH-64E aircrafts, specifically for the NSN: 1560-01-616-4752. The procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 120 units over a 5-year base period, with a delivery schedule of 350 days after receipt of order. This contract is critical for maintaining the operational readiness of military aircraft, and it is classified as an unrestricted procurement, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on or about December 10, 2025, and may contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    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.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Buyer not available
    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.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    PRESOLICITATION: 415 SCMS Squadron Strategic MAC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to establish a Strategic Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) for repair services through the 415 SCMS Squadron at Hill AFB. This contract will encompass repair services for 11 weapon systems and approximately 124 National Stock Numbers (NSNs), ensuring that repair designs meet or exceed system requirements and adhere to Form, Fit, Function, and Interface (FFFI) standards. The anticipated contract will have a five-year basic ordering period with an option for an additional five years, with a total potential contract length of 10 years, and is expected to be awarded by June 1, 2026. Interested vendors must submit a Source Approval Request (SAR) package by December 6, 2025, to be considered for this opportunity, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil or Nick Standiford at nicholas.standiford@us.af.mil.
    SPE4A726R0081 - 1560 – SUPPORT STRUCTURAL / WSIC T
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the supply of support structural components, specifically NSN 1560-012577114. This procurement is designated as a Total Small Business Set-Aside and aims to secure a critical safety item with an estimated annual quantity of 64 units, requiring a minimum delivery order of 14 units and a maximum of 64 units. The contract will span a base period of five years, with a total delivery timeline of 636 days, including government first article testing and production delivery. Interested vendors should submit written quotes and can access the solicitation on or around November 6, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Thuy Ho at Thuy.Ho@dla.mil.
    15--LEADING EDGE,AIRCRA, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Leading Edge Aircraft components. This procurement aims to ensure the maintenance and operational readiness of critical aircraft parts, which are essential for national defense and military operations. The contract will follow specific quality assurance and packaging standards, although detailed requirements are not explicitly outlined in the solicitation. Interested vendors can reach out to Danielle M. Cutrera at 215-697-6566 or via email at danielle.m.cutrera.civ@us.navy.mil for further information regarding the proposal submission process.