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
    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
    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
    SENSING ELEMENT, FIR / NSN 6340-01-471-3116 / C130 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to establish an Indefinite Quantity Contract (IQC) for the procurement of the Sensing Element, FIR (NSN 6340-01-471-3116) specifically for the C130 aircraft. This contract will cover a five-year base period with an estimated annual quantity of 40 units, which are critical components but not classified as Critical Safety Items. Interested contractors must submit a Source Approval Request (SAR) to be considered, as the DLA does not possess technical data for this part, and the original equipment manufacturer is Lockheed Martin. Proposals are due within 45 days of the notice publication, with the solicitation expected to be issued on December 10, 2025. For further inquiries, interested parties can contact Chris Rose at Christopher.Rose@dla.mil or Jeremy Prince at Jeremy.Prince@dla.mil.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking information on small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor through a Request for Information (RFI). The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, and Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), that meet specific performance and production criteria, such as a Technology Readiness Level (TRL) of 5 or greater and compatibility with missile diameters of 40mm to 70mm. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to enhance the Army's capabilities in missile defense. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Ms. Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    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.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    FIRE DETECTOR SYSTEM SENSING ELEMENT / 06F, C-130 HERCULES AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for the procurement of a Fire Detector System Sensing Element for the C-130 Hercules aircraft. This indefinite quantity contract (IQC) will cover a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 218 days after order placement. The goods are critical for ensuring the safety and operational readiness of military aircraft, and the solicitation will be issued as an unrestricted procurement, with a reverse auction process conducted online. Interested vendors should register at DLA.ProcurExInc.com and can access the solicitation on or about November 19, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    PARTS KIT, SERVO CYL | 06F | C-130
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide a Parts Kit for the Servo Cylinder associated with the C-130 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 160 units, to be delivered within 300 days after receipt of order. The parts are critical for maintaining aircraft hydraulic systems, ensuring operational readiness and safety. Interested vendors must be certified by the Department of Defense to access the necessary technical data and can find the solicitation on the DLA Internet Bid Board System (DIBBS) around November 19, 2025; inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@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.