HC-130J Ku/Ka Beyond Line of Site (BLOS) Communications Suite
ID: FA8580925RB0011Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8509 AFLCMC WIUKAROBINS AFB, GA, 31098-1670, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources for the HC-130J Ku/Ka Beyond Line of Sight (BLOS) Communications Suite. This initiative aims to procure, install, integrate, and verify advanced communication systems for the HC-130J aircraft, enhancing its operational capabilities through secure and reliable communication beyond visual range. The selected contractor will be responsible for delivering a comprehensive Technical Data Package, including technical orders and manuals, while ensuring interoperability with existing systems and adherence to military specifications. Interested parties should direct inquiries to Konondra Rumph or Philip Earthly via email, as this is a Request for Information (RFI) only, with no commitment from the government to issue a Request for Proposal (RFP) in the future.

    Point(s) of Contact
    Files
    Title
    Posted
    The HC-130J Ku/Ka Beyond Line of Sight (BLOS) Communications Suite RFP (FD2060-23-34029) outlines a requirement for advanced communication systems for the HC-130J aircraft. This initiative aims to enhance operational capabilities by integrating Ku and Ka band communication technologies that facilitate secure and reliable communication beyond visual range. The document emphasizes the necessity for robust performance standards and adherence to military specifications to support mission-critical operations. The RFP highlights the importance of interoperability with existing systems, as well as potential upgrades for future technology advancements. Interested contractors are invited to propose solutions that meet these requirements, showcasing their expertise and capability in developing advanced communication systems that align with military needs. This solicitation reflects the government's commitment to improving air operations and ensuring effective information exchange for enhanced mission success.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information - Data at Rest
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting market research for the acquisition of a Next Generation High Frequency Radio System – Shore (HFRS-S) to replace aging HF communication systems. The objective is to ensure reliable Beyond Line Of Sight (BLOS) communications by procuring a commercially available system that includes transceivers, receivers, amplifiers, and associated equipment, while adhering to military and government standards. This procurement is critical for maintaining operational capabilities at various USCG facilities, including Communications Command and Remote Communication Facilities. Interested vendors should submit their responses by January 16, 2026, to Kenneth Boyer at kenneth.s.boyer@uscg.mil, with a focus on company capabilities, cost estimates, and technical specifications as outlined in the Request for Information.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    MTS-A DMS Retro Fit Market Research Update
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research for the MTS-A DMS Retro Fit project, which involves the production and support of a proprietary retro-fit replacement for the Electro-Optical/Infrared (EO/IR) Sensor HC-130J and its subsystems. This sole source requirement is aimed at developing a Retro-Fit Kit, establishing a production line, and providing necessary repairs and initial spares, all under a 10-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a basic 5-year period and an option for an additional 5 years. Interested parties are encouraged to submit capability statements or proposals by January 15, 2026, with inquiries directed to Darryl Baker at darryl.baker.6@us.af.mil or Philip Earthly at philip.earthly.1@us.af.mil.
    Extra Large Deployable Terminal (XLDT) Hardware and Integration Services - Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking information from industry partners regarding the provision of Hardware and Integration Services for the Extra Large Deployable Terminal (XLDT) system. This Request for Information (RFI) aims to gather insights on capabilities to support a transportable, multiband satellite terminal designed for military and commercial communication needs, ensuring operational resilience and advanced technological integration. The XLDT system is critical for maintaining secure communications across various operational environments and must meet stringent military standards while allowing for future upgrades and enhancements. Interested parties are encouraged to submit their responses by December 15, 2025, to the designated contacts, Tiffany Conway and Catherine Micolucci, via email, with all submissions becoming government property and subject to review.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to port the Enhanced Data Rate (SEDR) waveform onto operational software-defined radios. This Request for Information (RFI) aims to identify vendors with the necessary expertise to implement the SEDR waveform, which includes obtaining required certifications such as NSA Type-1 for COMSEC and ensuring airworthiness and security compliance. The successful integration of this technology is crucial for enhancing communication capabilities within military operations. Interested parties must submit a Statement of Interest by December 19, 2025, detailing their qualifications and technical experience, while questions regarding the RFI are due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    Counter-small Unmanned Aircraft Systems (C-sUAS) Advanced Precision Kill Weapon System (APKWS) Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force (USAF), is seeking information on Advanced Precision Kill Weapon System (APKWS) technologies to enhance its capabilities in countering small Unmanned Aircraft Systems (sUAS) across Groups 1, 2, and 3. The USAF aims to evaluate systems that can utilize track data from sensors to laze targets and launch guided Hydra 70 APKWS rockets, with a minimum Technology Readiness Level (TRL) of 6; however, native target detection/sensing and command and control (C2) capabilities are not required. This Request for Information (RFI) is intended for planning purposes only and will not lead to an award, with responses due by December 31, 2025. Interested vendors should submit detailed information regarding their systems, including company information, product specifications, and pricing, to the primary contacts Robert Gill and Ciabha Kelleher at the provided email addresses.
    C130J Digital Heads Up Display Enhanced Vision System Demonstration
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking to procure a T-2 demonstration of an Enhanced Vision System (EVS) for the C-130J Digital Heads-Up Display (DHUD) under a delivery order against the GSA OASIS IDIQ contract. This procurement aims to enhance operational capabilities during the Air National Guard's firefighting season by demonstrating the EVS in challenging weather conditions such as fog, smoke, and heavy rain. The contract, valued at approximately $10 million over 14 months, has been justified under FAR 16.505(b)(2)(i)(B), indicating that only Raytheon Technologies' Collins division can meet the unique requirements due to their extensive experience and compatibility with existing systems. Interested parties can contact Kortney M. Coalt at kortney.coalt@us.af.mil or Justin Stanfill at justin.stanfill@us.af.mil for further information.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.