Closed Solicitation · DEPT OF DEFENSE

    E-4B NATIONAL AND NUCLEAR COMMUNICATION SUPPORT (N2CS) SERVICES

    Sol. FA8134-25-R-B004Sources SoughtTINKER AFB, OK
    Closed
    STATUS
    Closed
    closed May 26, 2025
    POSTED
    May 9, 2025
    Publication date
    NAICS CODE
    336413
    Primary industry classification
    PSC CODE
    K016
    Product & service classification

    AI Summary

    The U.S. Air Force is seeking sources for E-4B National and Nuclear Communication Support Services, with a response deadline extended to May 26, 2025. This potential Indefinite Delivery/Indefinite Quantity contract may involve various contract types and requires access to specific technical data. Interested parties must submit capability statements and confirm access to the necessary OEM data. Questions can be directed to Amanda Jones or Lisa Murrell via email.

    Contract details

    Solicitation No.
    FA8134-25-R-B004
    Notice Type
    Sources Sought
    Posted Date
    May 9, 2025
    Response Deadline
    May 26, 2025
    NAICS Code
    336413AI guide
    PSC / Class Code
    K016
    Issuing Office
    FA8134 AFLCMC WLK
    Primary Contact
    Amanda Jones
    State
    OK
    ZIP Code
    73145-3303
    AI Product/Service
    service

    Description

    UPDATED 9 MAY 25

    The Government is extending the closing period to respond to this RFI to 26 May 25.

    Any questions or response to this RFI please contact Amanda Jones at Amanda.jones.39@us.af.mil or Lisa Murrell at Lisa.Murrell@us.af.mil.

    Thank you!

    UPDATE 18 APR 25

    Due to a request recieved from Industry the Government is extending the due date of this RFI. 

    POSTED 24 Mar 25

    The United States Air Force through Air Force Life Cycle Management Center (AFLCMC), Tinker AFB 73145 is contemplating a basic Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract with an ordering period of ten (10) one-year periods and a six-month extension of services IAW FAR 52.217-8, if needed. Various contract types will be utilized as listed in the CLIN attachment. 

    This Government is considering awarding this requirements IAW 10 U.S.C. 3204 and supplement by FAR 6.302-1(a)(2), Justification: Only one responsible source and no other supplies or services will satisfy agency requirements. The proposed contract action is for services in which the Government intends to solicit and negotiate with only one source. The required justification is not currently approved, the Government is conducting market research to see if there are any other sources that can successfully meet this requirement. To successfully meet the requirements of the PWS, the contractor is required to have access to the Message Processing System technical data (specifically the Multi-Channel Communication Interface (MCCI) Card).

    Questions concerning this request, future synopsis or subsequent solicitation can be directed to amanda.jones.39@us.af.mil. All questions regarding this notice are to be submitted in writing via E-mail.  All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s).

    IAW FAR 5.207(c)(16)(ii) All responsible sources may submit a capability statement that shall be considered by the agency. To obtain a copy of the Performance Work Statement, CDRLS, CLIN Structure submit an Approved DD2345 via email to the Contracting Officer prior to the closing date of this notice. For more information regarding obtaining an approved DD 2345 see the below website the contracting officer does not have more information than what is located on the below website:

    https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/

    1. The Government is requesting Industry feedback (i.e. track changes & comments) on the draft PWS, draft CDRLs, and draft CLIN Structure. The Government will consider all suggestions. The Government has the right to incorporate (or not incorporate) any changes from industry as it sees fit.

    2. The Government is requesting updated capability statements for any information that has changed since the last submittal or provide a new capabilities statement if not previously supplied and wish to be considered as a Prime contractor for the requirement.

    3. The Government requests confirmation of access to the Original Equipment Manufacture’s (OEM) Crescent Systems, Inc (CAGE 046M3), technical and software data applicable to the MCCI Card to be considered a responsible source.

    4. Once the required justification is approved. A redacted copy will be posted on SAM.Gov within 30 days of contract award.

    5. The Government has the right to cancel this requirement without notice at any time. Currently funds are not available for this requirement.

    Key dates

    1. May 9, 2025Posted Date
    2. May 26, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    E-4B NATIONAL AND NUCLEAR COMMUNICATION SUPPORT (N2CS) SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.