Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet RFI2
ID: FA862525RB001-2Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8625 AFLCMC WLNK C130WPAFB, OH, 45433-7222, USA

NAICS

Aircraft Manufacturing (336411)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the U.S. Air Force, is seeking potential contractors for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 systems for the C-130J fleet. The primary objectives include the production of up to twelve Group A modification kits annually and the installation of these kits alongside Group B kits provided by the government, with operations anticipated to commence in 2029. This initiative is critical for enhancing the capabilities of the C-130J weapon system, ensuring it is equipped with advanced missile warning and countermeasure technologies. Interested businesses, particularly those qualifying as small or disadvantaged enterprises, must submit their responses to the Request for Information (RFI) electronically by May 1, 2025, adhering to specified formatting guidelines, and can contact Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130J_LAIRCM@us.af.mil for further inquiries.

Point(s) of Contact
Files
Title
Posted
Mar 21, 2025, 8:08 PM UTC
The U.S. Air Force (USAF) has issued a Request for Information (RFI) regarding the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 systems for the C-130J fleet. This RFI is part of market research to identify potential contractors capable of producing Group A kits and performing accompanying installations, with operations expected to commence in 2029. Respondents must demonstrate experience in C-130J modifications and adhere to guidelines for submitting information, including the requirement for proper documentation and certifications. Key components include the production of up to 12 Group A modification kits annually, along with Group B kits provided by the government. The contract will necessitate specialized facilities for aircraft modifications and proper storage for incoming kits. The responses to the RFI must be submitted electronically by May 1, 2025, adhering to specified formatting and layout instructions. Interested parties include a wide range of businesses, particularly those meeting small business qualifications. This RFI does not serve as a solicitation for proposals but aims to gather insights and capabilities of potential contractors for future engagements in aircraft retrofitting under the specified program.
Similar Opportunities
Directed Infrared Countermeasure System for Large Aircraft
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking market research responses from businesses capable of providing a directed infrared countermeasures system for large aircraft. The system is intended to detect, deny, and defeat various aerial threats, including man-portable air defense systems and surface-to-air missiles, while ensuring compliance with open architecture standards for future adaptability. This initiative is crucial for enhancing the defense capabilities of U.S. military aircraft, with a requirement for readiness by May 2028. Interested firms must submit their capabilities statements unclassified via the DoD SAFE system by 5:00 PM EST on May 15, 2025, and can direct inquiries to Victoria Russell at victoria.russell.1@us.af.mil.
MC-130 Radar
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the upgrade of the MC-130J RTP APN-241 Radar to the WC-130J configuration, aimed at supporting MC-130J CR-2M developmental testing. This Request for Information (RFI) is intended to identify capabilities and expertise necessary for the project, emphasizing the need for interested parties to demonstrate their ability to install the radar system, troubleshoot discrepancies, and access Northrop Grumman's equipment. The government anticipates a sole-source contract to Northrop Grumman Corporation, with a completion target within Fiscal Year 2025. Responses must be submitted by December 1, 2024, to the designated contacts, Tiffany Wilcher and Ashley Blann, with a focus on showcasing relevant business information, past experiences, and quality assurance processes.
ARMOR, SUPPLEMENTAL | 06F | C-130
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for supplemental armor components for the C-130 aircraft. The procurement involves an estimated annual quantity of 1,320 units, with delivery expected 300 days after the receipt of order, and inspection and acceptance will occur at the destination. This armor is critical for enhancing the structural integrity and operational capability of the C-130, a vital asset in military operations. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around April 11, 2025, and should direct inquiries to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
C-130 Electrical Control Panel/Intercommunication Set Control C-6567/AIC-25
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the supply of C-130 Electrical Control Panels and Intercommunication Set Control (NSN 1680-01-411-1338) as part of a contract set aside exclusively for small businesses. The procurement includes a total of two First Articles and 29 production units, with a requirement for First Article testing to ensure compliance with established performance criteria. These components are critical for the functionality of C-130 aircraft communication systems, emphasizing the importance of quality and adherence to military standards. Interested vendors must be registered in the Enhanced Joint Certification Program (EJCP) to access technical data, and proposals are due within the specified timeline, with contact inquiries directed to Roberto Martinez-Perez at roberto.martinez-perez@dla.mil.
Taiwan Avionics Modernization Program (AMP) I and AMP II Modification
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding the Taiwan Avionics Modernization Program (AMP) I and II modification for 18 C-130H aircraft. This Request for Information (RFI) aims to gather pricing and availability data for the modification and installation of the Collins Flight2 integrated avionics system, based on USAF designs, with the first two aircraft modifications to occur in the U.S. and the remaining in Taiwan. The RFI emphasizes the prime contractor's responsibility for design, integration, and compliance with USAF airworthiness standards, and interested vendors must submit their responses by May 5, 2025, after signing a non-disclosure agreement. For further inquiries, vendors can contact Adrienne Taylor at adrienne.taylor.3@us.af.mil or Brandon Preston at brandon.preston.4@us.af.mil.
Follow Up Counter-small Unmanned Aircraft Systems (C-sUAS) EO/IR Camera Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the United States Air Force (USAF), is seeking information from contractors regarding Electro-Optical/Infrared (EO/IR) camera technologies aimed at countering small Unmanned Aircraft Systems (C-sUAS) threats categorized as Groups 1 and 2. This Request for Information (RFI) is designed to gather detailed specifications and capabilities of potential systems, focusing on supply chain resiliency and manufacturing details, to inform future procurement strategies. The information collected will assist the USAF in evaluating industry capabilities to meet operational requirements, although no contract will be awarded as a result of this RFI. Interested parties must submit their responses by May 30, 2025, at 3:00 P.M. Eastern Standard Time (EST) to the designated contacts, Robert Gill and Alex Raveau, via the provided email addresses.
C-130 Actuator, Electro-Me
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of C-130 Electro-Mechanical Actuators, specifically part number L16-107, under presolicitation notice FD20302501127. The requirement includes the manufacture of new spare parts, which are critical for the operation of the C-130 aircraft, as they facilitate the opening and closing of the UPU inlet door. Interested vendors must meet qualification requirements prior to award, with an estimated quantity of 14 units and a delivery timeline set for February 2027. Proposals must be submitted within 30 days of solicitation issuance, and all inquiries should be directed to Lori Lumsden at lori.lumsden.1@us.af.mil or by phone at 405-855-3559.
Link 16 Permanency
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential contractors for the transition of the HC-130J Link 16 system from a temporary to a permanent solution. The primary objectives include developing a comprehensive Technical Data Package (TDP) that encompasses maintenance manuals, technical orders, and updates to the Situational Awareness Communication Upgrade (SACU) system impacted by the incorporation of Fenix software. This initiative is crucial for enhancing operational capabilities and improving communication among coalition forces, thereby reinforcing the U.S. Air Force's national defense role. Interested parties should note that this is a Sources Sought notice for planning purposes only, with no formal solicitation guaranteed; inquiries can be directed to Samantha Kirk at samantha.kirk.1@us.af.mil or Philip Earthly at philip.earthly.1@us.af.mil.
Logistics Readiness Squadron Capabilities: RFI 332993 16 April 2025
Buyer not available
The Department of Defense, through the Air Force Installation Contracting Command, is issuing a Supplemental Request for Information (RFI) to identify potential contractors capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across various Air Force bases. The procurement aims to establish a Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) model, covering a range of logistics services including materiel management, traffic management, vehicle management, and transportation support over a period of up to six years. This initiative is crucial for enhancing the operational readiness and efficiency of logistics operations within the Air Force. Interested vendors are required to submit their capability responses by May 1, 2025, to the designated points of contact, including Rick Thorp at richard.thorp.4@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
HC-130J Ku/Ka Beyond Line of Site (BLOS) Communications Suite
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the HC-130J Ku/Ka Beyond Line of Sight (BLOS) Communications Suite, aimed at enhancing communication capabilities for the HC-130J aircraft. The procurement focuses on identifying contractors capable of procuring, installing, integrating, and verifying advanced Ku/Ka communication systems that ensure secure and reliable communication beyond visual range, while adhering to military specifications and interoperability with existing systems. This initiative is critical for improving air operations and ensuring effective information exchange for mission success. Interested parties should direct inquiries to Konondra Rumph at konondra.rumph@us.af.mil or Philip Earthly at philip.earthly.1@us.af.mil, noting that this is a Request for Information (RFI) only, and no reimbursement for expenses incurred will be provided.