E-4B National and Nuclear Communication Support (N2CS) Services
ID: FA813425RB004Type: Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MODIFICATION OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (K016)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    N0001925R1004 E-6B Planned Maintenance Interval (PMI) Depot Level Maintenance Specification for Maintenance, Repair and Overhaul (MRO)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified contractors for the Planned Maintenance Interval (PMI) Depot Level Maintenance Specification for the E-6B aircraft, focusing on Maintenance, Repair, and Overhaul (MRO) services. This procurement aims to establish a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, anticipated to span five years with options for two additional one-year periods, covering fiscal years 2026 through 2032. The E-6B aircraft plays a critical role in airborne strategic command, control, and communications, making this maintenance contract vital for operational readiness. Interested parties must submit requests for access to the PMI specifications and associated documents to Contract Specialist Timothy Ayers at timothy.c.ayers.civ@us.navy.mil, ensuring compliance with export control laws and regulations. The government will not accept unsolicited proposals, and all costs incurred in response to this notice will be the responsibility of the interested parties.
    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.
    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.
    COMMUNICATION SYSTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of communication systems under a federal contract. The procurement aims to secure repair services for specific communication equipment, with a focus on meeting operational and functional requirements as outlined by designated Cage Codes and reference numbers. This contract is critical for maintaining the operational readiness of naval communication systems, ensuring they meet the necessary quality and performance standards. Interested contractors should submit their quotes, including unit prices and repair turnaround times, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with the expectation of a firm-fixed-price contract and adherence to specified quality assurance measures.
    Noun_processor communica_Application_KC-46_NSN_5895-01-652-2830_Part_Number_762-15990-5
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a Processor, Communica, with National Stock Number (NSN) 5895-01-652-2830, specifically for the KC-46 aircraft. The contract will involve the supply of spare parts, with an estimated total line item quantity of five units, and a required delivery date on or before October 28, 2026. This procurement is critical for maintaining operational capabilities, as the items are essential for communication systems within military aircraft. Interested vendors should note that the solicitation is expected to be issued on November 18, 2025, with responses due by December 18, 2025, and are encouraged to contact Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further inquiries.
    FA8539-26-R-0001, Letter Request for Proposal (LRFP) – E-3 DRAGON Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the E-3 DRAGON Program under the solicitation FA8539-26-R-0001. This procurement involves support for the evaluation, fault isolation, inspection, testing, repair, and packaging of avionics for the E-3 Airborne Warning and Control System (AWACS), with a focus on addressing Diminishing Manufacturing Sources (DMS) for a three-year repair effort. The DRAGON program is critical for maintaining the operational capabilities of the E-3 platform, which is expected to remain in service until its retirement in 2033. Interested parties can contact James Daniel Faulkner at james.faulkner.8@us.af.mil for further details, as no set-aside is used for this opportunity and the projected repair requirements include specific National Stock Numbers (NSNs) with an estimated annual quantity.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    NRP,UPS A014
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the NRP,UPS A014, a component classified under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement aims to ensure the repair, testing, and inspection of the specified item in accordance with established procedures, with a focus on maintaining operational readiness and compliance with quality standards. This requirement is critical for sustaining military aircraft operations, and the contract will be awarded based on evaluation criteria including lead time, price, past performance, and capacity. Interested parties must submit their quotes by 2:00 PM EST on November 17, 2025, and can direct inquiries to Danielle Junod at danielle.m.junod.civ@us.navy.mil or by phone at 215-697-1138.
    DAMPENER ASSY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Dampener Assembly for the F-15 Aircraft, identified by NSN 1440-015146552. This solicitation is for an Indefinite Quantity Contract with a delivery schedule of 200 days after receipt of order and a contract ordering period of 60 months, with an estimated maximum order quantity of 40 units over the five-year base period. The goods are critical for military operations, emphasizing the importance of reliability and performance in defense applications. Interested small businesses must submit their proposals by fax to (804) 279-4165, and the solicitation will be available on the DLA Internet Bid Board System starting November 4, 2025. For further inquiries, contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Buyer not available
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.