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.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.
It is a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 to determine potential and eligible small and large businesses, capable of fulfilling the requirements described.
The Government is not obligated to and will not pay for any information received from potential sources as a result of this Notice.
INTRODUCTION
Naval Air Systems Command (NAVAIR) Airborne Strategic Command, Control, and Communications Program Office (PMA-271) located in Patuxent River, MD currently has a Corporate Basic Ordering Agreement (BOA) with Rockwell Collins, managed by Collins Aerospace for the requirements outlined below in support of the E-6B platform. This Sources Sought requests information to assist the Government in conducting ongoing market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, ability to acquire or obtain access to the required technical data and computer software, and knowledge required to fulfill the requirements.
PROGRAM BACKGROUND
The E-6B consists of the commercial Boeing 707 commercial aircraft that has been modified to meet Navy requirements by integrating numerous systems and subsystems. ANTICIPATED PERIOD OF PERFORMANCE
This announcement is for contract actions from November 2025 through March 2029.
The period of performance for each contract action depends on the complexity and scope/size of the efforts required to fulfill each action's requirements and a synopsis will be posted to SAM.gov for each specific requirement on all future Task and Delivery Orders.
REQUIREMENTS
Interested parties may submit a capability statement in which they identify their interest and capability in fulfilling the requirements below.
Requirements under this announcement are listed (A) for the systems, subsystems, and support equipment listed in (B) for the E-6B aircraft.
A. The support needed for these systems and subsystems include, but is not limited to:
1. Engineering Change Proposal (ECP), Non-Recurring Engineering (NRE) and associated validation and verification of the resulting technical directives including logistics impacts, manufacturing and delivery of retrofit kits, testing of retrofit safety and test equipment changes, integrated logistics support as well as spare and repair parts for aircraft, subsystems support equipment, training and related software.
2. Sustaining engineering technical support, including Engineering Investigations (Els), technical manuals and technical studies;
3. Development, validation, verification, and/or revisions to technical publications/manuals, and technical directives (TDs);
4. Obsolescence management requirements (Diminishing Manufacturing Sources and Material Shortages);
5. Requalification efforts for subsystem/parts;
6. Training;
7. Secure system integration lab support for aircraft and mission subsystems;
8. Test equipment modification and calibration;
9. Technical data, Interactive Electronic Technical Manuals, Post Production Support Analysis;
10. Unique support equipment;
11. Integrated logistics support;
12. Cybersecurity;
13. The ability to handle and safeguard classified information up to and including TOP SECRET level
15. The ability to access Secure Internet Protocol Router Network (SIPRnet)
16. Secure software development, integration, support and maintenance;
17. Post production transition and shutdown planning;
18. NRE, kit production, validation and verification kits and installs;
19. Procurement and installation of aircraft kits, spares and production support assets; and
20. Test, validation, evaluation and/or studies of aircraft cooling, weight & balance, electrical power, airframe strength, radio frequency, data flows, or other aircraft system impacts.
B. The systems, subsystems, and support equipment covered include, but are not limited to:
- Mission System
- Block I System
- Block II System
- Sustainment and Support System (SASS)
- Very Low Frequency (VLF) System
- Internet Protocol Bandwidth Expansion (IPBE) Phase 4 Control Display Unit (CDU)
- Digital Red Switch System (DRSS) Power Control System
- ARC-171 R/T, High Power Amplifier, and C3 Modem
- ARC-210 Radio
- Antenna Reeling Machine (ATRM)
- Test Bench Nuclear Hardening (TBNH)
- GCU (Generator Control Unit)
- IDG (Integrated Drive Unit)
Rockwell Collins Inc. is the Original Equipment Manufacturer (OEM) and the sole designer, developer, and integrator mission systems for the E-6B platform as described in (B) above. The technical data is proprietary to OEM. The Government does not have the necessary technical data rights to support the requirements in (A). Respondents will need to provide licensing agreements or a letter of intent to enter into such a licensing agreement that clearly demonstrates their ability to obtain access to technical data and computer software needed to fulfill the requirements here.
ELIGIBILITY
Delivery/Task Orders anticipated to be placed under this BOA will be under North American Industry Classification System (NAICS) codes 336413 and 488190 and Product Service Codes (PSC) J015 and 5999. Businesses of all sizes are encouraged to respond; each respondent must clearly identify their business size.
All interested parties must be registered in SAM.gov to be eligible for the award of Government contracts.
SUBMITTAL INFORMATION
The response should include at a minimum:
- Experience: Description of the company’s experience and performance, on similar and or alike mission systems as stated above in (B) for tasking described in (A). Include whether Contractor Performance Assessment Reporting System (CPARS) ratings are available. This description should address current and prior experiences within five (5) years from the date of this notice. If no similar experiences exist, please address future capabilities. Any future capabilities should lay out a schedule for obtaining the capabilities necessary to meet the requirements defined in (A).
- Technical Data Licensing Agreement: Demonstrate the ability to obtain a technical data licensing agreement (or letter of intent to enter into such a licensing agreement) with Rockwell Collins for E-6B technical data.
- Security: Statement regarding the respondent’s capability to obtain the required security clearances for personnel, ability to handle, manage and secure classified information up to and including TOP SECRET level, as well as Secure Internet Protocol Router (SIPR) access.
- Company profile: Include number of employees, annual revenue history, office location(s), DUNS number, major and primary customer base, and a statement regarding current small/large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service-Disabled Veteran-Owned Small Business Concern. If claiming small business status, provide an explanation of your company's ability to perform at least 50% of the work itself in terms of cost of performance.
- Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted.
SUBMISSION DETAILS
Means of delivery: All capability statements should be sent via email to Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the Subject “CONTRACTOR NAME Various E-6B Platform Requirements”.
Media: Responses shall be in Microsoft Word and/or Microsoft Excel format, or Portable Document Format (PDF).
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. Documentation provided in response to requirements #2 and #3 do not count towards page limitations.
Markings: If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). The response must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. All responses must be unclassified.
Submissions must be received by the Government points of contact listed on this Notice no later than the Response Date indicated on this Notice.