E-6B Contractor Logistics Support (CLS) Services

SOL #: 28RFPREQAPM2710009Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Oklahoma City, OK

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components (J015)

Set Aside

No set aside specified

Timeline

1
Posted
May 6, 2026
2
Response Deadline
Jun 5, 2026, 9:00 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 Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271), has issued an addendum to a Sources Sought notice for Contractor Logistics Support (CLS) Services for the E-6B aircraft program. This market research aims to gather additional information to refine the acquisition strategy and determine potential small business set-aside opportunities. Responses are due by June 5, 2026.

Opportunity Details

This is a Sources Sought notice, not a Request for Proposal, for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract. The IDIQ is expected to include a base period of 12 months and six 12-month option periods, with an estimated start in Q2 FY2028. The contract may include Firm Fixed Price and Cost reimbursement CLINs for Other Direct Costs. The incumbent contractor is Vertex Aerospace LLC (Contract N6134019D1010, Task Order N0001921F0094), which was not a small business set-aside award.

Scope of Work

The CLS services for the E-6B aircraft include:

  • Supply chain management
  • Warehouse and warehouse personnel management
  • Support Equipment (SE) maintenance and training The contractor will furnish and deliver material for Organizational (O), Depot (D), and some Intermediate (I) level maintenance. A key requirement is obtaining an Original Equipment Manufacturer (OEM) proprietary data license agreement for access and use of E-6B aircraft OEM data. Only United States owned and operated contractors are eligible, and all prime and subcontractor employees (except part suppliers) must be U.S. citizens.

Required Capabilities & Information

Respondents must submit a capabilities statement addressing:

  • Experience in supply chain management for out-of-production, commercial-variant aircraft, including managing certified repair stations and ensuring shelf stock.
  • Classification level of storage facilities and experience with the Facility Clearance (FCL) process.
  • Experience in providing/coordinating engineering support and repair for aircraft components.
  • Quality processes for parts repair, overhaul, and certification to airworthiness standards.
  • Experience housing management information systems on Government IT systems/networks.
  • Approach to running a Warehouse for a Fleet Squadron and supporting detachment sites.
  • Methods for procuring DMSMS parts.
  • Demonstration of current possession or authorized access to a Boeing Licensing agreement.
  • Details on teaming agreements (if applicable).
  • Past experience and performance on similar contracts within the last five years.

Key Information

  • NAICS: 488190 (Other Support Activities for Air Transportation) with a $40M Small Business Size Standard.
  • PSC: J015 (Maint/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components).
  • Place of Performance: PAX NAS, MD (20%), Offutt AFB, NE (10%), Travis AFB, CA (20%), Tinker AFB, OK (50%).
  • Security: Secret level security clearance for personnel and facility access required at contract award.
  • Set-Aside: Market research to determine potential Small Business Set-Aside opportunities. All small business categories are encouraged to respond. Small business primes must perform at least 50% of the work.

Submission Details

  • Due Date: June 5, 2026, 9:00 PM ET.
  • Format: Microsoft Word, Excel, or PDF (Office 2016+ compatible).
  • Page Limit: 10 single-spaced pages, 8.5 x 11-inch, 12-point Times New Roman font minimum.
  • Delivery: Email to Timothy Ayers (timothy.c.ayers.civ@us.navy.mil), Randolph Putnam (randolph.a.putnam.civ@us.navy.mil), and Lisa Troccoli (lisa.j.troccoli.civ@us.navy.mil) with subject "[CONTRACTOR NAME] E-6B CLS".
  • Marking: Mark proprietary information accordingly. All responses must be unclassified.

People

Points of Contact

Timothy C. AyersSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: May 6, 2026
E-6B Contractor Logistics Support (CLS) Services | GovScope