Sustaining Engineering Support Services for the E-6B Mission Avionics System (MAS)
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 Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271), intends to award a Cost-Plus Fixed Fee (CPFF) sole source Delivery Order (DO) under an existing Basic Ordering Agreement (BOA) N0001924G0017 to Rockwell Collins, Inc. (dba Collins Aerospace Government Systems Division). This effort is for Sustaining Engineering Support Services for the E-6B Mission Avionics System (MAS). This is a Notice of Intent; competitive proposals are not being requested. However, the Government will consider capability statements received within fifteen (15) days of the publication date.
Scope of Work
This effort encompasses engineering, avionics, and product support services specifically for the E-6B Mission Avionics Systems (MAS). Key services include:
- Installation and fielding of modifications and system upgrades for MAS components such as the Sustainment and Support System (SASS), Digital Read Switch System (DRSS), and Very Low Frequency Transmit Terminal (VTT), as needed for the Block II Program.
- Repairs for flight deck avionics systems and peculiar support equipment (PSE).
- Provision of training, repair capabilities, and in-flight engineering support.
Contract & Timeline
- Type: Cost-Plus Fixed Fee (CPFF) Delivery Order under BOA N0001924G0017
- Set-Aside: None (Sole Source)
- Intended Awardee: Rockwell Collins, Inc. (Collins Aerospace)
- Justification: Sole source under 10 U.S.C 3204(a)(1) as implemented by FAR Subpart 6.302-1, due to Collins Aerospace being the Original Equipment Manufacturer (OEM) and integrator with unique knowledge, experience, and facilities.
- Published: March 6, 2026
- Capability Statement Due: March 27, 2026 (15 days after publication)
Evaluation
This is a Notice of Intent, not a request for competitive proposals. The Government will review capability statements received to determine if a competitive procurement is feasible. A decision not to compete this proposed contract is at the Government's sole discretion.
Additional Notes
No phone inquiries will be entertained. Responses must be made in writing via email to Jasmine McCree (jasmine.a.mccree.civ@us.navy.mil) and Lisa Troccoli (lisa.j.troccoli.civ@us.navy.mil). Companies interested in subcontracting opportunities should contact Amber Hanlon (amber.hanlon@collins.com) at Collins Aerospace.