Opportunity

SAM #N00019-26-RFPREQ-APM271-0209

Procurement of High Power Transmit Set Modernization (HPTS-M) Kit for E-6B Aircraft

Buyer

Naval Air Systems Command

Posted

May 07, 2026

Respond By

May 23, 2026

Identifier

N00019-26-RFPREQ-APM271-0209

NAICS

334290, 336413, 336419

The Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271), is procuring a High Power Transmit Set Modernization (HPTS-M) kit for the E-6B aircraft. - Government Buyer: - Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271) - OEM and Vendor: - Collins Aerospace Government Systems Division (Rockwell Collins Inc.) - Identified as the Original Equipment Manufacturer (OEM) and sole source integrator for the E-6B Mission Avionics Systems - Products/Services Requested: - High Power Transmit Set Modernization (HPTS-M) Kit - Quantity: 1 - For E-6B aircraft - Production support kit - Unique/Notable Requirements: - Sole source procurement due to Collins Aerospace's exclusive technical expertise, facilities, and proprietary data for the E-6B platform - No other vendors or OEMs are considered capable of meeting the requirements - Place of Performance: - Oklahoma City, Oklahoma - Contracting Office: - NAVAL AIR SYSTEMS CMD HEADQUARTERS, NAVAL AIR STATION, PATUXENT RIVER, MD

Description

The Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271), intends to enter into negotiations and subsequently award a modification to Delivery Order (DO) N0001925F0025 issued under Basic Ordering Agreement (BOA) N0001924G0017 to Rockwell Collins Inc., doing business as Collins Aerospace Government Systems Division (CAGE CODE: 13499) for option procurement of one (1) High Power Transmit Set Modernization (HPTS-M) production support kit for the E-6B aircraft. 

  

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 (Bezeyem Lemou (bezeyem.lemou.mil@us.navy.mil) and Lisa Troccoli (lisa.j.troccoli.civ@us.navy.mil). Companies interested in subcontracting opportunities should contact Collins Aerospace, Amber Hanlon, at amber.hanlon@collins.com

View original listing