Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2025 SAM #8712
SPECIAL NOTICE

J -- N0001925R1004 E-6B Planned Maintenance Interval (PMI) Depot Level Maintenance Specification for Maintenance, Repair and Overhaul (MRO)

Notice Date
10/1/2025 4:22:54 AM
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N0001925R1004
 
Response Due
10/14/2025 2:00:00 PM
 
Archive Date
09/30/2026
 
Point of Contact
Timothy C. Ayers, Lisa Troccoli
 
E-Mail Address
timothy.c.ayers.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil
(timothy.c.ayers.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Naval Air Systems Command (NAVAIR), on behalf of PMA-271 (Airborne Strategic Command, Control and Communications Program Office), posts Planned Maintenance Interval (PMI) Depot Level Maintenance Specification for E-6B Maintenance, Repair and Overhaul (MRO). This notice is a follow-up to the E-6B EPMH Presolicitation Notice N00019-25-RFPREQ-APM271-0012 posted on 11 August 2025. NAVAIR intends to solicit for a single award Indefinite Delivery Indefinite Quantity (IDIQ) Contract for MRO services for the E-6B aircraft under Federal Acquisition Regulation (FAR) Part 6 full and open competition. The IDIQ is anticipated to include one (1) five-year ordering period with the option for two (2) additional one-year ordering periods from Fiscal Year (FYs) 2026 through 2032. The PMI Depot Level Maintenance Specification, including all attachments, is posted in the Solicitation Module of the U.S. Government PIEE website with restricted access and will only be made available to companies incorporated in the United States as verified via SAM.gov. Access to the PMI Depot Level Maintenance Specification for E-6B MRO as well as all attachments may contain Controlled Unclassified Information (CUI) as well as containing information whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Control Reform Act of 2018 (Title 50, U.S.C., Chapter 58, Sec. 4801-4852). Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. Requests for access to the PMI Depot Level Maintenance Specification and associated attachments in the Solicitation Module of the U.S. Government PIEE website must be submitted in writing to Contract Specialist Mr. Timothy Ayers (timothy.c.ayers.civ@us.navy.mil) and shall include: Company name, address, Commercial and Government Entity (CAGE) Code (as it appears in SAM.gov and as registered in the PIEE Solicitation Module), statement that the company intends to submit as a prime contractor, and a certified copy of a DD Form 2345, Military Critical Technical Data Agreement. To obtain DD Form 2345 certification, contact the Defense Logistics Information Service at (800) 352-3572 or https://www.dla.mil/Logistics Operations/Services/JCP/#joint-certification-program-jcp-office. Upon review of the of the potential Offeror�s written request, approved DD Form 2345, and verification of the Potential Offerors status in SAM.gov the Government will provide the Potential Offeror access to the PMI Depot Level Maintenance Specification and associated attachments in the Solicitation Module of the U.S. Government PIEE website. Each Potential Offeror shall certify that no dissemination of any export-controlled special notice attachments containing CUI subject to this requirement will occur in a manner that would violate applicable export control laws and regulations via submittal of their approved DD Form 2345. Dissemination of CUI by a Potential Offeror to that Potential Offerors team members, partners, subcontractors, suppliers and/or vendors shall be the responsibility of the Potential Offeror and shall be limited to a need-to-know basis. All guidance contained herein with regard to handling, distribution and destruction of CUI data shall be flowed down to all potential subcontractors and team members. Those who access or take receipt of any technical data shall comply with all laws; export controls and distribution statements associated with the document. NAVAIR solicits feedback from Industry on the PMI Depot Level Maintenance Specification and associated attachments prior to issuing the final RFP. The response date identified in this posting is the response date for receiving industry questions associated with the PMI Depot Level Maintenance Specification. Please submit questions using the file named Industry Question and Answer form Potential Offeror Name.xlsx and replace Potential Offeror Name with your Company name. This file is posted in the Solicitation Module of the U.S. Government PIEE website and will be accessible with the PMI Depot Level Maintenance Specification and associated attachments after Potential Offerors are granted access following the procedures set forth above. Any proprietary information provided in the questions or comments shall be marked or annotated accordingly. Classified material SHALL NOT be submitted. Please monitor the Solicitation Module of the U.S. Government PIEE website for updates pertaining to this special notice and other information related to this procurement. DISCLAIMER PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) 15.201(c), THIS SPECIAL NOTICE IS BEING ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A RFP/SOLICITATION OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SPECIAL NOTICE DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS PRESOLICITATION NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS ANNOUNCEMENT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/54b000de881c4a86a5dbc9d30f853752/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07609693-F 20251003/251001230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.