Skip to content
Department of Defense

N0001925R1004 Draft PMA-271 E-6B Mercury Depot Level MRO PWS and PMI Depot Level Maintenance Spec for MRO

Solicitation: N0001925R1004
Notice ID: 8877fc6e8c614440b1de1f5572cfba92
TypeSpecial NoticeNAICS 336411PSCJ015Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 20, 2026, 12:00 AM UTCDueFeb 27, 2026, 10:00 PM UTCCloses in 5 days

Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 27, 2026. Industry: NAICS 336411 • PSC J015.

Market snapshot

Awarded-market signal for NAICS 336411 (last 12 months), benchmarked to sector 33.

12-month awarded value
$277,068,118
Sector total $20,341,046,444 • Share 1.4%
Live
Median
$109,701
P10–P90
$27,425$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($277,068,118)
Deal sizing
$109,701 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Patuxent River, MD • 20670-5000 USA

Point of Contact

Name
Timothy C. Ayers
Email
timothy.c.ayers.civ@us.navy.mil
Phone
Not available
Name
Lisa Troccoli
Email
lisa.j.troccoli.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 336411

Description

Notice of Upcoming Virtual One-on-One Meetings with Industry for E-6B Maintenance Repair and Overhaul (MRO)

Naval Air Systems Command will host virtual One-on-One meetings with potential Prime Offerors on 03 March 2026 and 04 March 2026, beginning at 08:00:00 AM (Eastern Time) and ending at 15:00:00 PM (Eastern Time) via Microsoft Teams. Discussion will be on the Indefinite Delivery Indefinite Quantity - Single Award Contract for E-6B MRO support for Fiscal Years (FYs) 2027-2036.

The intent of this meeting is to discuss topics associated with Special Notice - Request for Information posting N0001925R1004 dated 20 February 2026.  

The One-on-One Meetings will be held at the unclassified level.

To attend the virtual Industry Day, the Prime Offeror must register via email to Contract Specialist Mr. Timothy Ayers (timothy.c.ayers.civ@us.navy.mil) by 27 February 2026 at 05:00:00 PM (Eastern Time).  Registration must be completed in advance and is required for participation.

Registration for One-on-One meetings must include a list of attendees (name, title, phone number, and email). Exceptions will not be made for late registration. Changes to registration information (cancellation or substitution) can be made up until 12:00:00 PM (Eastern Time) on 02 March 2026.  Registration requests after the deadline will not be accepted. Those successfully registered will be notified via email on or about 02 March 2026 of the time and information on how to join their one-on-one session.

Participation in this virtual meeting is neither mandatory nor is it a prerequisite to future participation by an Offeror in any potential future solicitations/contracts.

This Notice is issued solely for information and planning purposes and all information provided is subject to change. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This Notice does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not, at this time, seeking proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this Notice. The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. All costs associated with responding to this Notice will be solely at the responding party's expense.

*** End of Notice Virtual One-on-One Meetings 20260220***

*** Start of Notice Request for Information 20260220***

This notice is a follow-up to E-6B Special Notice N0001925R1004 posted on 04 February 2026.

The Naval Air Systems Command (NAVAIR), on behalf of PMA-271 (Airborne Strategic Command, Control and Communications Program Office), provides this Request for Information (RFI) seeking industry feedback on the Draft Contract Line-Item Number (CLIN) structure for the PMA-271 E-6B Mercury Depot Maintenance, Repair, and Overhaul (MRO) effort. To facilitate a more thorough understanding of the effort included under each CLIN the Government posted a file named CLIN Structure Reference – Respondent Name.xlsx in the Solicitation Module of the U.S. Government Procurement Integrated Enterprise Environment (PIEE) website for review and response under the below link titled N0001925R1004-R2.

Additionally, the Government has previously provided the E-6B Mercury Depot MRO Turn Around Time (TAT) requirement in the draft Performance Work Statement (PWS) included in E-6B Special Notice N0001925R1004 posted on 04 February 2026. This RFI seeks industry feedback on the feasibility to shorten the E-6B Mercury Depot MRO TAT as well as provide input on any contractual incentives the Government could provide to achieve a TAT of less than the specified number of days within the PWS.

Responses should be provided on or before 02 March 2026.

RFI Respondent Instructions

Please provide feedback for the CLIN structure utilizing “CLIN Structure Reference – Respondent Name.xlsx”, which has been posted to 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.

Responses for the TAT can be provided via email to Contract Specialist Mr. Timothy Ayers (timothy.c.ayers.civ@us.navy.mil) and shall include: Company name, address, and Commercial and Government Entity (CAGE) Code.

Please be aware that any documents provided 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 the provisions of DoD Directive 5230.25.

Requests for access to files 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 Respondent’s (including subcontractors) written request, approved DD Form 2345, and verification of Respondents status in SAM.gov the Government will provide the Respondent access to the PMI Depot Level Maintenance Specification, the PMA-271 E-6B Mercury Depot MRO PWS and associated attachments in the Solicitation Module of the U.S. Government PIEE website.

Each Respondent shall certify that no dissemination of any export-controlled solicitation 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 Respondent to that Respondent’s team members, partners, subcontractors, suppliers and/or vendors shall be the responsibility of the Respondent 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 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.

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 REQUEST FOR PROPOSAL (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 RESPONDENTS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.

*** End of Notice Request for Information 20260220***

***Start of Notice Description 20260130***

The Naval Air Systems Command (NAVAIR), on behalf of PMA-271 (Airborne Strategic Command, Control and Communications Program Office), posts the following update to Special Notice N0001925R1004. The purpose of this update is to provide notice that the draft PMA-271 E-6B Mercury Depot Maintenance, Repair, and Overhaul (MRO) Performance Work Statement (PWS) and related Planned Maintenance Interval (PMI) Depot Level Maintenance Specification are available for review and comment as a follow-up to E-6B Special Notice N0001925R1004 posted on 04 November 2025. This update also provides responses to questions received from industry pertaining to the Planned Maintenance Interval (PMI) Depot Level Maintenance Specification originally posted 04 November 2025. Files are posted in the Solicitation Module of the U.S. Government Procurement Integrated Enterprise Environment (PIEE) website and will be accessible after potential offerors are granted access according to the procedures set forth below.

NAVAIR intends to solicit for a single award Indefinite-Delivery-Indefinite-Quantity (IDIQ) Contract for E-6B Depot Level 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 one (1) additional five-year ordering period from Fiscal Year (FYs) 2027 through 2036.

NAVAIR is requesting feedback from Industry on the draft PMA-271 E-6B Mercury Depot MRO PWS and PMI Depot Level Maintenance Specification, including questions, to be submitted by 20 February 2026. Please submit comments and questions using the file name “Industry Question and Answer form Offeror Name.xlsx” and replace Offeror Name with your Company name. The draft PMA-271 E-6B Mercury Depot MRO PWS, PMI Depot Level Maintenance Specification, Industry question and comment form, and the Government responses to Industry questions from the 04 November 2025 N0001925R1004 Special Notice have been posted to the Solicitation Module of the U.S. Government PIEE website with restricted access and will only be made available to companies who intend to propose as primes, are incorporated in the United States as verified by contracts via SAM.gov. The documents contain Controlled Unclassified Information (CUI) as well as information whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) and 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 only in accordance with the provisions of DoD Directive 5230.25.

Requests for access to the documents 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 Offerors written request, approved DD Form 2345, and verification of Offerors status in SAM.gov, the Government will provide the Offeror access to the documents in the Solicitation Module of the U.S. Government PIEE website.

Each potential Offeror shall certify that no dissemination of any export-controlled solicitation 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 an Offeror to that Offerors team members, partners, subcontractors, suppliers and/or vendors shall be the responsibility of the 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 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.

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, 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 ISSUE A FORMAL RFP OR 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. 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.

***End of Notice Description 20260130***

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.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.