SOURCES SOUGHT
J -- E-6B Contractor Logistics Support (CLS) Services
- Notice Date
- 10/27/2025 10:25:50 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- 28RFPREQAPM2710009
- Response Due
- 11/27/2025 2:00:00 PM
- Archive Date
- 12/12/2025
- Point of Contact
- Lisa Troccoli, Timothy C. Ayers
- E-Mail Address
-
lisa.j.troccoli.civ@us.navy.mil, timothy.c.ayers.civ@us.navy.mil
(lisa.j.troccoli.civ@us.navy.mil, timothy.c.ayers.civ@us.navy.mil)
- Description
- 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 to inform its acquisition/contracting strategy and develop the Performance Work Statement for this effort. NAVAIR is anticipating award of an indefinite delivery indefinite quantity (IDIQ) contract for this action and may include the Firm Fixed Price and Cost reimbursement type Contract Line-item Numbers (CLINs) for Other Direct Costs such as materials. The IDIQ ordering periods are expected to include a base period of 12 months with options for six additional ordering periods of 12 months each. The estimated start of work is second quarter Fiscal Year (FY) 2028. 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 This action is a follow-on requirement. 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 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). The Contractor will be required to provide CLS services for the E-6B 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 Organizational (O), Depot (D), and some Intermediate (I) level maintenance for the aircraft and mission systems performed by the Government at the Main Operating Base (MOB) and Forward Operating Bases (FOB). The Contractor will be required to obtain Original Equipment Manufacturer (OEM) proprietary data license agreement for access and use of OEM proprietary data for all E-6B aircraft to include OEM engineering with the capability to provide all drawings, alteration, repair documentation, and updates to maintenance plans, and include terms and conditions under which the Contractor and associate contractors agree to exchange such proprietary information. Only United States owned and operated 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 have 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 their 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 Service Contract Labor Standards 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 to conduct business with the Department of War. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 dated 02/15/2023 at https://www.acq.osd.mil/dpap/dars/class_deviations.html). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name and CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government�s capability determination. SUBMISSION CONTENT Interested businesses shall submit a brief capabilities statement package demonstrating the ability to perform the services covered under the required capabilities, acceptable in either MS Word or PDF format. All responses shall include: Corporate Information Company�s name and address Company�s point of contact including email address and phone number who is able to discuss the response submitted. Company�s business size and list of NAICS codes under which goods and services are provided to include the following if applicable: 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 Additionally, interested parties shall address the following questions in their response: Describe your company�s approach to running a Warehouse to support a Fleet Squadron. Describe how your company would support various detachment sites from a logistics perspective. Describe how your company would procure DMSMS parts that the Fleet is experiencing presently. Demonstrate that your company currently possesses or has authorized access to a Boeing Licensing agreement to access Boeing technical data and drawings. 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.) 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 Timothy Ayers at timothy.c.ayers.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 instructions (submitted data will not be returned). All responses must be unclassified. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. The Government has no obligation to consider information received after the required due date as part of the formal market research for this acquisition. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/46e427564e484e97bda70f1f9bd47682/view)
- Place of Performance
- Address: Oklahoma City, OK, USA
- Country: USA
- Country: USA
- Record
- SN07629063-F 20251029/251027230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |