Search Contract Opportunities

E-6B Contractor Logistics Support (CLS) Services

ID: N00019-28-RFPREQ-APM271-0009 • Type: Sources Sought
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 1, 2025, 8:44 a.m. EDT

EFFECTIVE 01 JULY 2025, SOURCES SOUGHT N00019-28-RFPREQ-APM271-0009 IS CONSIDERED ON HOLD AND UNDER REVIEW BY THE GOVERNMENT. THE ESTIMATED AWARD DATE IS HEREBY REVISED FROM SECOND QUARTER FISCAL YEAR (FY) 2027 TO FIRST QUARTER FY 2028.

THE CURRENT POSTED SOURCES SOUGHT RESPONSE DATE OF 19 DECEMBER 2024 WILL BE REVISED IN THE NEAR FUTURE.

PLEASE NOTE THIS AMENDMENT SHALL NOT BE VIEWED AS A REQUEST FOR FURTHER SUBMISSION BY INTERESTED PARTIES. PLEASE CONTINUE TO MONITOR SAM.GOV FOR ANY FUTURE UPDATES/CHANGES TO THIS REQUIREMENT/OPPORTUNITY.

INTRODUCTION

Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271), requires Contractor Logistics Support (CLS) services for the United States Navy E-6B aircraft program.

The responses to this notice will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-aside categories businesses (including the following subsets, HUBZone Small Business concerns; Certified 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, Woman-Owned Small Business concerns) will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, and utilized by the Government in developing its acquisition/contracting strategy and Performance Work Statement.

NAVAIR intends to award a single contract for this action.

Period of Performance: Base period of 12 months and four option periods of 12 months each

Potential Places of Performance:

PAX NAS, Maryland

20% of Total Effort

50% On-Site Government

50% Off-Site Contractor

Offutt AFB, Nevada

10% of Total Effort

50% On-Site Government

50% Off-Site Contractor

Travis AFB, California

20% of Total Effort

50% On-Site Government

50% Off-Site Contractor

Tinker AFB, Oklahoma

50% of Total Effort

50% On-Site Government

50% Off-Site Contractor

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT.

PROGRAM BACKGROUND

These services are currently being performed under the following contract:

1. Indefinite Delivery Indefinite Quantity (IDIQ) N6134019D1010, Task Order N0001921F0094
2. Contract Type (FFP, Cost)
3. Incumbent: Vertex Aerospace LLC (CAGE 1P066)
4. This was a not a small business set aside award.
5. This contract is available at http://foia.navair.navy.mil.

REQUIRED CAPABILITIES

The E-6B aircraft is a Boeing 707-320 commercial-derivative communications aircraft that is operated by the United States Navy (USN). It carries no Federal Aviation Authority (FAA) or FAA-like certifications.

The Contractor will be required to provide CLS services to include supply chain management, warehouse and warehouse personnel management, and Support Equipment (SE) maintenance and training in support of the E-6B aircraft. The Contractor will furnish and deliver material required to support O-level maintenance for the aircraft and mission systems performed by the Government at the Main Operating Base (MOB) and Forward Operating Bases (FOB).

Only U.S. DoD contractors are eligible. Additionally, except for part supplier subcontractors, all prime and subcontractor employees performing services under a resulting contract must be U.S. citizens.

In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor and overhead costs that has only direct labor as a base and the small business' General and Administrative rate multiple by labor costs. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR 52.249-14. If a prime is a joint venture, the cost of performance by both the small business concerns is utilized in calculating its performance to comply with FAR 52.219-14.

The Government will not provide funding for a new business to enter the market for costs incurred to support any of the requirements identified above.

SPECIAL REQUIREMENTS

  1. Service Contract Labor Standards
  2. Secret level security clearance for contractor personnel and facility access at the time of contract award.

ELIGIBILITY

The contemplated NAICS code for this requirement is 488190 (Other Support Activities for Air Transportation) with a Small Business Size Standard of $40M. The contemplated Product Service Code (PSC) is J015 (Maint/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components).

All vendors must be registered in Systems for award Management (SAM Database) with its DUNs number and Commercial and Government Entity (CAGE) Code in order to conduct business with the Department of Defense.

SUBMISSION CONTENT

The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the requirements above.

Corporate Information

  1. Company's name and address
  2. Company's point of contact including email address and phone number who is able to discuss the response submitted.
  3. Company's business size and list of NAICS codes under which goods and services are provided to include the following if applicable:
    1. Qualification as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern

SPECIFIC SOURCES SOUGHT INFORMATION REQUESTED

Interested respondents should provide a capability statement that includes a how they plan to satisfy the requirements defined herein and should at a minimum include the following:

  1. Describe your company's approach to running a Warehouse to support a Fleet Squadron.
  2. Describe how your company would support various detachment sites from a logistics perspective.
  3. Describe how your company would procure DMSMS parts that the Fleet is experiencing presently.
  4. Demonstrate that your company currently possesses, has authorized access to, or a viable plan to obtain a Boeing Licensing agreement to access Boeing technical data and drawings in support of this effort.
  5. If there is a teaming agreement with other companies, the capability statement should discuss how the work efforts would be divided and should explain the corporate relationship between the parties (i.e. teaming arrangement, prime-subcontractor, joint venture, etc.)
  6. A description of the company's past experience and performance on similar contracts. This description should address current and prior experiences within five years from the date of this notice.

Respondents are advised against submitting a Capability Statement that merely mimics information within this notice, providing brochure-like information or general information.

SUBMISSION DETAILS

Means of Delivery: All capability statements should be sent via email to Chris Colyer at Christopher.w.colyer.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the subject [CONTRACTOR NAME] E-6B CLS . Large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security.

Media: Responses shall be in Microsoft Work and/or Microsoft Excel format, or Portable Document Format (PDF). Microsoft Office versions older than 2016 may not be accessible for NAVAIR.

Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum.

Marking: If the material provided contains proprietary information, please mark accordingly, and provide disposition instruction (submitted data will not be returned). All responses must be unclassified.

The Government is under no obligation to provide responses or comments to the information received from interested persons, but may request additional information following review.

Questions regarding this notice must be emailed to the Government point of contacts identified within this notice.

Posted: Nov. 19, 2024, 6:11 a.m. EST

Overview

Response Deadline
July 15, 2025, 5:00 p.m. EDT (original: Dec. 19, 2024, 5:00 p.m. EST) Past Due
Posted
Nov. 19, 2024, 6:11 a.m. EST (updated: July 1, 2025, 8:44 a.m. EDT)
Set Aside
None
Place of Performance
Oklahoma City, OK United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
Odds of Award
51%
On 11/19/24 Naval Air Systems Command issued Sources Sought N00019-28-RFPREQ-APM271-0009 for E-6B Contractor Logistics Support (CLS) Services due 7/15/25. The opportunity was issued full & open with NAICS 488190 and PSC J015.
Primary Contact
Name
Timothy C. Ayers   Profile
Phone
(301) 848-1422

Secondary Contact

Name
Lisa Troccoli   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Chris Colyer Profile christopher.w.colyer.civ@us.navy.mil None

Documents

Posted documents for Sources Sought N00019-28-RFPREQ-APM271-0009

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought N00019-28-RFPREQ-APM271-0009

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00019-28-RFPREQ-APM271-0009

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00019-28-RFPREQ-APM271-0009

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
July 1, 2025
Last Updated By
timothy.c.ayers@navy.mil
Archive Date
June 15, 2026