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
    Engineering Support Services - Commercial Derivative Aircraft
    Buyer not available
    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.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    COMMS BAR BASE ASSY
    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 the COMMS BAR BASE ASSY, a critical component in military communications systems. The procurement requires vendors to provide a Firm-Fixed Price (FFP) quote for the full repair effort, including teardown and evaluation of the components, with a requested repair turnaround time of 90 days. This contract is vital for maintaining operational readiness and ensuring the functionality of communication systems on submarines and surface ships, emphasizing the importance of quality and compliance with military standards. Interested contractors must submit their proposals, including proof of being an authorized distributor of the original manufacturer, by contacting Catherine Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    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.
    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.
    COMPUTER SUBASSEMBL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of COMPUTER SUBASSEMBL units. The procurement aims to ensure the operational readiness of critical communication equipment by requiring contractors to provide comprehensive repair services, including addressing any damages or missing components, with a Repair Turnaround Time (RTAT) of 410 days. This contract is vital for maintaining the functionality of military communication systems, which are essential for national defense operations. Interested contractors must submit their proposals via NECO or email by December 17, 2025, and can reach out to BUC Owen McNamara at 215-697-3473 or via email at owen.m.mcnamara2.civ@us.navy.mil for further details.
    Critical Services and Maintenance Support
    Buyer not available
    The Department of Defense, specifically the 42d Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking industry partners to provide Critical Services and Maintenance Support for the Next Generation (NG) 9-1-1 System. This procurement aims to gather information on available products and capabilities related to emergency services, including IP Core Router Architecture, disaster recovery, service management, and Text to 911 services. The contract is projected to span a base year from October 2025 to September 2026, with a total funding amount of $587,245.39, and includes four additional option years. Interested parties must submit their responses via email by 12:00 P.M. Central Standard Time on December 8, 2025, to the designated contacts, Jordan Johnson and Malik Bacon.
    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.
    B-1B Interface Unit, Comm
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a new manufacture of the B-1B Interface Unit, Comm, identified by NSN: 5895-01-589-9678 EK. This firm-fixed-price contract is for an initial quantity of four units, with the possibility of quantity adjustments at the government's discretion, and is categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The delivery of the units is required by March 31, 2026, and interested vendors must submit their offers electronically by January 2, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@us.af.mil.