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, AFLCMC WVV, is soliciting proposals for Engineering Support Services (ESS) for Commercial Derivative Aircraft. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will provide recurring and non-recurring engineering support for high-profile Boeing Commercial Derivative Aircraft, including presidential transport and airborne command post missions. The solicitation number is FA813426RB0010002. Proposals are due May 18, 2026, by 12:00 PM local time.
Scope of Work
The contract requires comprehensive engineering support for aircraft such as the E-4B/747, VC-25A/747, C-32A/757, C-40B/C/737, VC-25B/747, AFMC NT-43/737, and NT-43A, with the Government reserving the right to modify supported platforms and locations.
- Recurring Engineering Services: Includes systems engineering, safety management (MIL-STD-882), reliability, maintainability, and availability (RM&A) analysis, review of service information and FAA Airworthiness Directives, technical data management (TOs, wiring diagrams, IPCs), systems integration, service action review board support, and liaison engineering.
- Non-Recurring Engineering Services: Encompasses engineering tasks, projects, assignments, studies, hardware evaluations, on-site accident and incident investigations, engineering feasibility studies, and first-of-model/prototype upgrades and modifications.
- Special Requirements: Program security, compliance with DFARS data rights, quality control, and personnel background checks are critical.
Contract Details
- Contract Type: IDIQ, utilizing Fixed Price Incentive - Firm Target for recurring engineering, Cost Plus Fixed Fee or Cost No Fee for non-recurring tasks and materials, and Firm Fixed Price for 3rd Party Data Access.
- NAICS Code: 541330 (Engineering Services) with a $47 million annual receipts size standard.
- Product Service Code: K016 (Modification Of Equipment: Aircraft Components And Accessories).
- Period of Performance: A base period from February 1, 2027, to January 31, 2028, with multiple option periods extending through January 31, 2037.
- Place of Performance: Oklahoma City, OK.
- Set-Aside: None specified, but 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
- Proposal Due Date: May 18, 2026, by 12:00 PM local time.
- Mandatory Document: Offerors must complete and certify the Government Rights in Data (GRID) template, detailing proprietary and COTS components.
- Evaluation Factors: Proposals will be evaluated based on factors typically including technical approach, past performance, price, and other factors as outlined in Section M.
Amendments
- Amendment 0001 (Oct 30, 2025): Added the VC-25B Security Classification Guide.
- Amendment 0002 (Nov 05, 2025): Incorporated FAR clause 52.249-14 (Excusable Delays) and updated the Performance Work Statement to Revision 2.
- Amendment 0003 (Nov 19, 2025): Added FAR Clause 52.229-4 (Federal, State, and Local Taxes) and DFARS Clause 252.225-7013 (Duty-Free Entry).