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 a sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Executive Aircraft Division Engineering Support Services. This opportunity covers recurring and non-recurring engineering for various Boeing Commercial Derivative Aircraft. Proposals are due May 18, 2026, at 12:00 PM local time.
Scope of Work
This contract requires comprehensive engineering support for high-profile Boeing Commercial Derivative Aircraft, including E-4B/747, VC-25A/747, C-32A/757, C-40B/C/737, and VC-25B/747. The scope encompasses:
- Recurring Engineering: Systems engineering, safety management, reliability/maintainability/availability analysis, service information review, FAA airworthiness directives, systems integration, and liaison engineering.
- Non-Recurring Engineering (NRE): Engineering tasks (up to 25 direct labor hours), projects (up to 3,500 business hours), assignments (over 3,500 hours), hardware evaluations, accident/incident investigations, feasibility studies, and prototype upgrades.
- Technical Data Management: Delivery and management of technical orders, wiring diagrams, and illustrated parts catalogs.
Contract Details
- Contract Type: Sole-source Indefinite-Delivery, Indefinite-Quantity (IDIQ).
- NAICS Code: 541330 (Engineering Services), with a size standard of $47,000,000 annual receipts.
- Product Service Code: K016 (Modification Of Equipment: Aircraft Components And Accessories).
- Pricing: Primarily Fixed Price Incentive - Firm Target for recurring services, and Cost Plus Fixed Fee (CPFF LOE), Cost No Fee, or Cost Plus Award Fee for non-recurring tasks and materials.
- Period of Performance: A base period from February 1, 2027, to January 31, 2028, with multiple option periods extending through January 31, 2037. Orders may be issued through January 31, 2038.
- Place of Performance: Oklahoma City, OK.
Submission & Evaluation
- Proposal Due Date: May 18, 2026, 12:00 PM local time.
- Submission Requirements: Cost portion via email or approved electronic method, a Proposal Adequacy Checklist (PAC), and an Electronic Cost Model with editable formulas.
- Evaluation Factors: Include Evaluation of Options and F.o.b. Origin/Destination Evaluation.
- Inspection & Acceptance: At both destination and origin, requiring Certificate of Conformance/Completion and DD 250.
- Payment: Via Wide Area WorkFlow (WAWF).
Subcontracting Opportunities
While the prime contract is sole-source, the solicitation includes subcontracting goals for various small business categories: Small Business (30%), HUBZone (3%), Service-Disabled Veteran-Owned Small Business (5%), Small Disadvantaged Business (5%), and Women-Owned Small Business (5%).
Key Amendments & Notes
- Amendment 0006 (latest): Revised the Performance Work Statement (PWS), removed all NT-43A Contract Line Item Numbers (CLINs), increased the engineering task threshold from 10 to 25 direct labor hours, and updated timelines for Engineering Assignment Proposal Submission.
- Ombudsman: An ombudsman is available to facilitate resolution of offeror concerns.
- Order Limitations: Maximum order for a single item is $50M; for a combination of items, it is $175M.