C-130, C-17 and C-5 Solid State Cockpit Voice Recording (SSCVR) and Solid State Flight Data Recorder (SSFDR) and Amplifier Control Unit (ACU)
ID: FA8539-26-R-0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8539 AFSC PZABAROBINS AFB, GA, 31098-1670, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

FLIGHT INSTRUMENTS (6610)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the repair of Solid State Cockpit Voice Recorders (SSCVR) and Flight Data Recorders (SSFDR) for the C-130, C-17, and C-5 aircraft. The procurement aims to establish a five-year, Firm Fixed Price, Requirements, Indefinite Delivery Contract (IDC) that includes one base period of 12 months and four additional ordering periods, with the intent to negotiate solely with ACRON AVIATION, INC. for these services. This equipment is critical for flight safety and operational integrity, and the official Request for Proposal (RFP) is expected to be issued on February 1, 2026. Interested parties may submit their Statements of Capabilities to the designated contacts, Chiquita Glover-Perkins and Anthony Simmons, via email for consideration in the procurement process.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Voice Flight Data Recorder
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of four Voice Flight Data Recorders, with the potential for an additional four units within a year of the initial award. This procurement is critical for ensuring the safety and operational efficiency of Coast Guard aviation operations, as the recorders must meet Federal Aviation Administration (FAA) guidelines and provide traceability to the original equipment manufacturer, GE Aviation Systems LLC. Interested vendors must submit their quotations by December 15, 2025, at 2:00 PM EST, and can direct inquiries to Paige Kressley at Paige.E.Kressley@uscg.mil. The anticipated award date is on or about December 16, 2025, with the procurement being unrestricted and open to all responsible sources.
    58--RECORDER,SIGNAL DAT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of signal data recorders. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to return the equipment to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality standards. These recorders are critical for military operations, ensuring reliable communication and data recording capabilities. Interested contractors should contact Shannon K. Fitzgerald at 215-697-3638 or via email at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL for further details, with the expectation of a contract award following the evaluation of proposals.
    SENSING ELEMENT, FIR / NSN 6340-01-471-3116 / C130 AIRCRAFT
    Buyer not available
    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.
    CDS Sustainment FY32-37
    Buyer not available
    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.
    FIRE DETECTOR SYSTEM SENSING ELEMENT / 06F, C-130 HERCULES AIRCRAFT
    Buyer not available
    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.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    KC-46 Commercial Common Repairable Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    Repair of Ice Detector for the HC-27J Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for ice detectors used in the HC-27J aircraft. The procurement aims to repair two specific ice detectors, identified by NSN 5340-01-356-0338 and Part Number 871FA312, with the expectation that the awarded vendor will be Rosemount Aerospace, as they are believed to be the only source with the necessary proprietary technical data. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring safety and efficiency in air transportation activities. Interested vendors must demonstrate FAA 145 certification and the capability to perform at least 50% of the work at their certified facility, with a submission deadline for capability information set for January 9, 2026, at 12:00 PM EST. For inquiries, vendors can contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.