E3 SYSTEM AIRBORNE WARNING AND CONTROL SYSTEM (AWACS)-AVIONICS INTEGRATION LAB (AIL) INTEGRATION AND TEST SUPPORT (AITS) (SYSTEM AITS) LAB SUPPORT
ID: FA2363Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8730 KESSEL RUN AFLCMC/HBBKHANSCOM AFB, MA, 01731-2100, USA

NAICS

Testing Laboratories and Services (541380)

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), is planning a contract extension with The Boeing Company for the ongoing operations and maintenance of the E-3 System AWACS Integration and Test Support (AITS) laboratory. This laboratory is critical for the development and testing of software and hardware prior to their integration with operational aircraft, significantly reducing the need for extensive flight testing. The contract extension is justified under federal regulations permitting sole-source awards when only one responsible source can fulfill agency requirements without causing delays. Interested parties may direct inquiries to Brett Clemens at brett.clemens.1@us.af.mil or Allison Eacrett at allison.eacrett@us.af.mil, noting that this notice serves solely for informational purposes and does not constitute a Request for Proposal (RFP).

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Life Cycle Management Center (AFLCMC) is notifying industry partners of a planned contract extension with The Boeing Company for ongoing operations and maintenance of the E-3 System AWACS Integration and Test Support (AITS) laboratory. This laboratory is essential for software and hardware development and testing prior to integration with operational aircraft, significantly reducing flight testing requirements. The contract extension is justified under federal regulations that allow for sole-source awards when only one responsible source can meet agency requirements without causing delays. This notice serves only for informational purposes and does not function as a Request for Proposal (RFP) or solicitation. Interested parties are advised to direct inquiries via designated email contacts. The notice emphasizes that the Government bears no obligation for procurement action and will not reimburse respondents for information costs. Overall, this notice signals the ongoing partnership between the Air Force and Boeing in supporting critical defense capabilities while maintaining clear communications with industry stakeholders.
    Similar Opportunities
    FA870513C0005 CPT Production Notice of Contract Action
    Dept Of Defense
    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.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    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.
    Repair of KC-135 Attitude Indicator
    Dept Of Defense
    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.
    Transient Alert - Out of Scope Modification Sole Source JA
    Dept Of Defense
    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.
    AN-ARC-210(V)/Mission Systems Management Activity (MSMA) BOA
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace for the procurement of supplies and services that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software. The procurement includes a range of services such as repair and modification, spare parts, development of support equipment, and engineering support for systems including the Control Display Unit, Multi-Function Display, and Tactical Air Navigation System. This acquisition is critical for maintaining and enhancing the capabilities of the AN/ARC-210(V) systems, with the government emphasizing that Collins Aerospace is the only known source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Kassidy Cross at kassidy.a.cross.civ@us.navy.mil by December 17, 2025, at 1400 EST, although this notice is not a request for proposals.
    Sole Source - Contractor Engineering Technical Services (CETS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Sole Source Contractor Engineering Technical Services (CETS) to provide specialized on-site technical support essential for the operation and maintenance of various weapon systems. These services are critical for ensuring that the Air Force can effectively accomplish its assigned missions, as CETS contracts facilitate the sharing of up-to-date technical information and training from Original Equipment Manufacturers (OEMs) to operational commands. The CETS personnel will play a vital role in developing an organic Engineering Technical Services (ETS) capability within the Air Force, as current operational units have not yet achieved the necessary proficiency to independently provide this technical assistance. Interested parties can reach out to Sonia L. Johnston at sonia.johnston@us.af.mil or Alex Heller at alex.heller@us.af.mil for further inquiries regarding this opportunity.
    Engineering Support Services - Commercial Derivative Aircraft
    Dept Of Defense
    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.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    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.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.