N0001925R1004 Draft PMA-271 E-6B Mercury Depot Level MRO PWS and PMI Depot Level Maintenance Spec for MRO

SOL #: N0001925R1004Special Notice

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Aircraft Manufacturing (336411)

PSC

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

Set Aside

No set aside specified

Timeline

1
Posted
Oct 1, 2025
2
Last Updated
Feb 24, 2026
3
Action Date
Feb 20, 2026, 10:00 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), on behalf of PMA-271, has issued an update to Special Notice N0001925R1004. This notice provides the draft Performance Work Statement (PWS) and Planned Maintenance Interval (PMI) Depot Level Maintenance Specification for E-6B Mercury Depot Maintenance, Repair, and Overhaul (MRO) services. Industry feedback is requested by February 20, 2026.

Scope of Work

NAVAIR is seeking industry feedback on the draft PWS and PMI Depot Level Maintenance Specification for E-6B Mercury aircraft MRO services. The future requirement is for a single-award Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The scope includes depot-level maintenance, repair, and overhaul for the E-6B aircraft.

Contract & Timeline

  • Type: Special Notice (Pre-solicitation for future IDIQ)
  • Anticipated Contract Type: Single-award IDIQ
  • Anticipated Duration: One 5-year ordering period with an option for one additional 5-year ordering period (FY2027-2036)
  • Set-Aside: None (Full and Open Competition)
  • Feedback Due: February 20, 2026
  • Published: February 4, 2026 (Update posted January 30, 2026)

Access Requirements

Access to the draft PWS, PMI Specification, and related documents (including industry Q&A form and government responses to previous questions) is restricted. Interested prime contractors incorporated in the U.S. must request access via the U.S. Government PIEE website Solicitation Module. Requests must be submitted in writing to Mr. Timothy Ayers (timothy.c.ayers.civ@us.navy.mil) and include:

  • Company name, address, and CAGE Code (as registered in SAM.gov and PIEE).
  • Statement of intent to propose as a prime contractor.
  • Certified copy of a DD Form 2345, Military Critical Technical Data Agreement. Documents contain Controlled Unclassified Information (CUI) and export-controlled data. Offerors are responsible for ensuring compliance with export control laws and flowing down CUI handling guidance to subcontractors.

Additional Notes

This is a Special Notice for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment to award a contract. The Government is not seeking proposals at this time and will not pay for any costs incurred in responding to this notice. Industry is advised to monitor the PIEE website for future updates.

People

Points of Contact

Timothy C. AyersPRIMARY
Lisa TroccoliSECONDARY

Files

Files

View
View
View
View
View

Versions

Version 6
Special Notice
Posted: Feb 24, 2026
View
Version 5
Special Notice
Posted: Feb 20, 2026
View
Version 4Viewing
Special Notice
Posted: Feb 4, 2026
Version 3
Special Notice
Posted: Jan 30, 2026
View
Version 2
Special Notice
Posted: Nov 4, 2025
View
Version 1
Special Notice
Posted: Oct 1, 2025
View