Engineering Support Services - Commercial Derivative Aircraft
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services. This sole-source request aims to secure recurring and non-recurring engineering support for various Boeing Commercial Derivative Aircraft used for high-profile functions. The place of performance is Oklahoma City, OK.
Scope of Work
The contractor will provide comprehensive engineering support to sustain and modernize designated aircraft platforms, including the E-4B/747, VC-25A/747, AFMC NT-43/737, C-32A/757, C-40B/C/737, and VC-25B/747. The scope includes:
- Recurring Engineering: Systems engineering, safety management, reliability/maintainability/availability analysis, service information review, FAA airworthiness directives, systems integration, modification evaluation, and liaison engineering.
- Nonrecurring Engineering: Engineering tasks, projects, studies, hardware evaluations, accident/incident investigations, feasibility studies, and prototype upgrades.
- Technical Data Management: Delivery and management of technical orders, wiring diagrams, illustrated parts catalogs, and other technical documentation.
- Special Requirements: Compliance with program security, handling of Critical Program Information (CPI) and Controlled Unclassified Information (CUI), and adherence to DFARS data rights.
Contract Details
- Contract Type: Sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- NAICS Code: 541330 (Engineering Services), Size Standard: $47,000,000.00 annual receipts
- Product Service Code: K016 (Modification Of Equipment: Aircraft Components And Accessories)
- Pricing: Primarily Fixed Price Incentive - Firm Target for recurring services, and Cost Plus Fixed Fee, Cost No Fee, or Cost Plus Award Fee for non-recurring tasks.
- Period of Performance: A base period from February 1, 2027, to January 31, 2028, with multiple option periods extending through January 31, 2037.
- Set-Aside: None specified. However, the solicitation includes subcontracting goals for Small Business (30%), HUBZone (3%), Service-Disabled Veteran-Owned Small Business (5%), Small Disadvantaged Business (5%), and Women-Owned Small Business (5%).
Submission & Evaluation
- Proposals Due: May 18, 2026, by 12:00 PM local time.
- Evaluation: Factors for award are detailed in Section M of the solicitation.
- Mandatory Submission: Offerors must complete and certify the Government Rights in Data (GRID) template, detailing proprietary and COTS components, as failure to do so may render the proposal ineligible.
Key Documents & Amendments
This solicitation has undergone several amendments. The latest, Amendment 0004 (issued March 5, 2026), updated the PWS and Proposal Incentive Plan. The Performance Work Statement (PWS) Revision 2, posted November 5, 2025, outlines the detailed requirements.
Contact Information
- Primary: Cameron Burton (Cameron.Burton@us.af.mil)
- Secondary: Capt Bailey Calico (Bailey.Calico@us.af.mil)