SOLICITATION NOTICE
J -- Sustaining Engineering Support Services for the E-6B Mission Avionics System (MAS)
- Notice Date
- 3/12/2026 4:36:07 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-26-RFPREQ-APM271-0151
- Response Due
- 3/27/2026 1:00:00 PM
- Archive Date
- 04/11/2026
- Point of Contact
- Jasmine McCree, Lisa Troccoli
- E-Mail Address
-
jasmine.a.mccree.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil
(jasmine.a.mccree.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil)
- Description
- 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. (Cage Code, 13499) doing business as (dba) Collins Aerospace Government Systems Division (Collins Aerospace) for engineering, avionics, and product support services. The engineering support is specific to install and fielding of modifications and system upgrades on the aircraft�s Mission Avionics Systems (MAS), such as but not limited to the following: Sustainment and Support System (SASS), Digital Read Switch System (DRSS), Very Low Frequency Transmit Terminal (VTT), scheduled under the E-6B as needed for the Block II Program. This effort will also include repairs for the flight deck avionics systems and peculiar support equipment (PSE). This effort will also include training, repair capabilities, and in-flight engineering support. BOA N0001924G0017 was awarded sole source to Collins Aerospace under the authority of 10 U.S.C 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1 prior to the Department of War implementation of the Revolutionary FAR Overhaul Part 6 (effective 01 February 2026). Therefore, the subject DO will be processed pursuant to the authority of FAR 6.302-1, whereby the supplies and services required are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. Collins Aerospace is the Original Equipment Manufacturer (OEM) and integrator of Mission Avionics Systems identified above for the E-6B platform, and as such is the only source that possesses the requisite knowledge, experience, specialized testing equipment, laboratory and test facilities, and technical data necessary to support and modify these systems. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, the Government will consider all capability statements received within fifteen (15) days after the publication date of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No phone inquiries will be entertained. Responses shall be made in writing by E-Mail to the attention of . Companies interested in subcontracting opportunities should contact Collins Aerospace, Amber Hanlon, at amber.hanlon@collins.com.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d1ebb5c810da468aac811c5113e9a039/view)
- Place of Performance
- Address: Richardson, TX, USA
- Country: USA
- Country: USA
- Record
- SN07742862-F 20260314/260312230044 (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 |