E-4B National and Nuclear Communication Support (N2CS) Services
SOL #: FA813425RB004Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA8134 AFLCMC WVV
OKLAHOMA CITY, OK, 73145, United States
Place of Performance
OK
NAICS
Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)
PSC
Modification Of Equipment: Aircraft Components And Accessories (K016)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jul 18, 2025
2
Submission Deadline
Sep 16, 2026, 1:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is seeking E-4B National and Nuclear Communication Support (N2CS) Services to sustain and modernize mission communication systems aboard E-4B aircraft. This is an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with an estimated ceiling of $984M over a 10-year ordering period. The government intends to award this to Joint Venture Strategic Mission Systems (7NF16). Responses are due September 16, 2026.
Scope of Work
This ID/IQ will procure comprehensive sustainment and modernization services for E-4B mission communication systems. Key services include:
- Engineering, program management, and Field Service Representative (FSR) support.
- Specialized software sustainment and modernization.
- Cybersecurity support.
- Facilities management support and expansion of the System Integration Lab (SIL).
- Liaison engineering, logistics, certifications, test support, maintenance, troubleshooting, tech refreshes, and upgrades.
- Studies for system upgrades and obsolescence issues. The E-4B aircraft serves as the National Airborne Operations Center (NAOC), a critical component of the National Military Command System (NMCS) for the President, Secretary of Defense, and Joint Chiefs of Staff, providing survivable command and control communications.
Contract & Timeline
- Type: Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Estimated Ceiling: $984,000,000
- Ordering Period: Up to 10 years, broken into 3-year increments.
- Minimum Order: $500,000 (met with the first order).
- Set-Aside: None specified.
- Response Due: September 16, 2026, 1:00 PM Z
- Published: July 18, 2025
- Funding: Includes Sustainment (3400), Research and Development (3600), and Modifications (3010) appropriations.
- Intellectual Property: CLIN structure includes separately priced CLINS for IP rights; applicable data rights clauses will be in the base ID/IQ and task orders.
Additional Notes
- Access to draft RFP documents requires an approved DD 2345 form.
- A Justification & Approval (J&A) was approved on July 4, 2025, under FAR 6.302-1.
- The acquisition is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement.
- The government intends to award to Joint Venture Strategic Mission Systems (7NF16), comprising Enclave Management, Inc., Crescent Systems, Inc., and Executive Airborne Solutions, Inc.
- All responsible sources may submit a capability statement, proposal, or quotation for consideration.
People
Points of Contact
Amanda JonesPRIMARY
Lisa MurrellSECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 1Viewing
Solicitation
Posted: Jul 18, 2025