Posted as of: 24 June 2025
To obtain a copy of the draft RFP documents, the government requires the submission of an approved DD 2345. We will not be able to provide a copy of any of the attached documents until the form DD 2345 has been approved.
For more information regarding obtaining an approved DD 2345 see the website below:
https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/
FAR 5.207(a)(1)-(18): See RFP FA813425RB004.
Description: The purpose of the N2CS ID/IQ is to procure sustainment and modernization services for mission communications systems aboard E-4B aircraft. This includes engineering, program management, field service representative support, specialized software sustainment and modernization, cybersecurity support, and facilities management support and expansion development of the System Integration Lab (SIL) necessary to perform the sustainment and modernization of the critical capabilities for the mission communication suite.
The mission communication system's primary mission is to serve as the NAOC and is the key component of the National Military Command System (NMCS) for the President, the Secretary of Defense, and the Joint Chiefs of Staff. In case of a national emergency or destruction of ground command and control centers, the E-4B aircraft provides a highly survivable command and control communications center to direct United States Forces, execute emergency war orders, and coordinate action by civil authorities. Additionally, the E-4B provides outside the continental United States travel support for the Secretary of Defense and his staff to ensure Title 10 command and control connectivity; and it supports Federal Emergency Management Agency by providing communications and command center capability to relief efforts following natural disasters. The success of the E-4B mission is dependent on its ability to communicate effectively.
The total estimated contract ceiling amount is $984M, with an ordering period of up to 10 years with the last order ending 18-months after the last option is exercised in accordance with FAR 52.217-8, if needed.
This Class J&A covers all contract actions including options and task orders for all CLINs. The ID/IQ will have a $500,000 minimum order amount, which will be met with the first order issued in conjunction with the basic contract award.
A ten (10) year ordering period broken up into options that are based on three-year increments mirroring the anticipated pricing arrangements until the last year is in the Government's best interest to provide uninterrupted service. Because the Basic ID/IQ will mirror the pricing structure increments, it will flow logically for future contract administration.
Included within the contract are the following types of fund appropriations:
Sustainment (3400): This includes Field Service Representatives, Program Management, Recurring/Non-recurring Engineering, Recurring/Non-recurring Software Engineering, Materials/Spares, Mission Support Facility (MSF) Ops & Maintenance, SIL Sustainment and Technology Refresh, Low-Cost Modifications, Other Sustainment, Transportation, Travel, and Data.
Research and Development (3600): This includes Non-recurring Engineering, Non-recurring Software Engineering, Modifications, SIL Expansion and Modernization, Prototype Kit Development, Travel, and Data
Modifications (3010): This includes Non-recurring Engineering, Non-recurring Software Engineering, Materials, Modifications, Travel, Data and Transportation
Requirements identified within the basic Performance Work Statement (PWS) include Support Tasks for liaison engineering to address specific tasks requirements, cybersecurity initiatives, scheduling, and other related quality assurance system modernization, planning, and program management to assist in resolving issues including, but not limited to: engineering data/vendors, logistics, certifications, test support, maintenance, troubleshooting emergency maintenance off-site and on aircraft, planning, communication suite modifications tech refreshes and upgrades, system integration lab expansion, modernization, and sustainment, studies to upgrade current systems and address obsolescence issues, and for material and other direct costs necessary for the overall sustainment of the mission communication suite.
This ID/IQ CLIN structure will include separately priced CLINS for intellectual property (IP) rights. All applicable data rights clauses will be contained within the base ID/IQ contract and each task order will identify the appropriate IP rights the contractor will grant and elver under the task order.
FAR 5.207(c)(12)(i): Currently, the Justification & Approval (J&A) is not approved. The government is pursuing approval for a J&A under the authority of FAR 6.302-1.
FAR 5.207(c)(14)(i): One or more of the items under this acquisition is subject to Free Trade Agreements.
FAR 5.207(c)(14)(ii): One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
FAR 5.207(c)(14)(iii): One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
FAR 5.207(c)(15): The government is intending to award to Joint Venture Strategic Mission Systems (7NF16). The Joint Venture partners include Enclave Management, Inc (Enclave) (CAGE 4SX36), Crescent Systems, Inc. (CSI) (CAGE 046M3), and Executive Airborne Solutions, Inc. (EAS) (CAGE 5LPN5).
FAR 5.207(c)(16)(ii): All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
FAR 5.207(f): Contracting officers may publish notices of solicitation cancellations (or indefinite suspensions) of proposed contract actions in the GPE.