Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet
ID: FA862525RB001Type: 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 Department of the Air Force, is seeking potential business sources for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 for the USAF C-130J fleet. This Request for Information (RFI) aims to identify qualified contractors capable of producing Group A modification kits and completing LAIRCM Block 30 installations, which are critical for enhancing the C-130J's defensive capabilities against missile threats. The selected contractors will be responsible for delivering and installing specific modification kits, ensuring compliance with security and operational standards, and demonstrating experience with the C-130J and its original equipment manufacturer, Lockheed Martin. Interested parties must submit their responses to the RFI by 4:30 PM EST on January 6, 2024, and can direct inquiries to Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130J_LAIRCM@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines requirements for contractors interested in providing maintenance, repair, and overhaul support for the USAF's C-130J LAIRCM system. It requests detailed company information, including identifiers, capabilities related to aircraft modification, workforce availability, and past experience. The contractor will be expected to deliver and install specific modification kits (Group A and B) at their facilities, necessitating adequate hangar space and equipment. Contractors must demonstrate their capacity to handle arriving and departing aircraft, provide security for ramp space, and maintain classified storage. Additional inquiries focus on the contractor’s experience with the C-130J and its original equipment manufacturer, Lockheed Martin, alongside compliance with DCMA regulations. Financial stability, audit systems, personnel certification, and ability to fulfill specific installation tasks are crucial. The questionnaire also emphasizes the importance of having necessary tools and training for aircraft maintenance, along with various operational capabilities required for the contract's success. Overall, the document serves as a comprehensive guide for prospective contractors to assess their suitability for supporting critical USAF aircraft modifications.
    Similar Opportunities
    Distributed Aperture Infrared Countermeasure (DAIRCM) Program of Record (PoR) IDIQ (PRMs/LRIP)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking sources for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Low Rate Initial Production (LRIP) phase of the AN/AAQ-45 Distributed Aperture Infrared Countermeasure (DAIRCM) program. This procurement encompasses both hardware production and associated logistics, including engineering and technical services, to enhance aircraft survivability against infrared seeking missiles and other threats. The DAIRCM system is critical for ensuring aircrew safety and operational effectiveness across various rotary-wing platforms, including the UH-1Y and AH-1Z helicopters. Interested businesses must submit a capabilities statement by 4:30 p.m. EST on October 8, 2024, and can direct inquiries to Krista Sponsler or Jessica Guy-Dietrich via the provided contact information.
    NSNs NSN 6130-01-551-5132; 5895-01-497-2529 ; NSN 5895-01-498-1190 For the AN/ALQ-172
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is conducting market research to identify potential sources for the production of specific subassemblies for the AN/ALQ-172 system. The procurement includes the AN/ALQ-172 LRU-7 Countermeasures Converter Power Supply (NSN 6130-01-551-5132), the LRU-8 BIT Limiter (NSN 5895-01-497-2529), and the LRU-8 Down Converter (NSN 5895-01-498-1190), which are critical components for the B-52 bomber's countermeasure capabilities. The government intends to award a sole source contract to Raytheon Technologies, Inc. due to the lack of available data for alternative sources and the absence of government funding for reverse engineering. Interested parties must express their interest and capability by emailing Christine Smith at christine.smith.20@us.af.mil by October 11, 2024, as this is a sources sought notice and not a solicitation.
    Repair of C-130 Fuel Quantity Indicators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking contractors capable of repairing C-130 fuel quantity indicators, with a focus on comprehensive logistics and supply chain management. The procurement involves the repair, testing, preservation, and packaging of various part numbers, with estimated requirements totaling 22 units for each of the four options across multiple part numbers, including NSNs 6680-01-350-8048 and 6680-01-350-8049. This initiative is critical for maintaining operational readiness and safety of the C-130 aircraft fleet. Interested parties are encouraged to submit their qualifications and capabilities to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil or the secondary contact, Amanda Mathews, at amanda.mathews.2@us.af.mil, as part of the Sources Sought notice, which is currently open for responses.
    Request for Information: SUU-72 Pylon Upper Panel Replacement Including Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Nuclear Weapons Center, is seeking industry input via a Request for Information (RFI) for the refurbishment of Suspension Underwing Units (SUU-72) and Pylon Load Adaptors (PLAs) to support the Long Range Standoff (LRSO) Cruise Missile on the B-52 weapon system. The project entails a comprehensive solution that includes receiving the Pylons and PLAs from storage, corrosion mitigation, manufacturing and replacing the SUU-72 Pylon upper panels, and refurbishing the PLAs to a flightworthy condition, with all refurbished hardware expected to have a minimum 30-year service life. This initiative is crucial for maintaining and upgrading the operational capabilities of the Air Force, with the first nine refurbished units required by December 2028 and additional quantities of at least nine per year thereafter, totaling 43 units. Interested parties must submit their capabilities statements by October 30, 2024, and may direct inquiries to Alyssa Hurst at alyssa.hurst@us.af.mil or Randy Hoffman at randy.hoffman.3@us.af.mil.
    Project Management Office, Aircraft Survivability Equipment (PMO ASE), AN/AAR-57(V) Common Missile Warning System (CMWS) and Foreign Military Sales (FMS) Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command—Redstone Arsenal (ACC-RSA), is conducting market research to identify organizations capable of supporting the AN/AAR-57(V) Common Missile Warning System (CMWS) and related Foreign Military Sales (FMS) services. The procurement aims to secure engineering studies, advanced infrared missile jam code development, logistics, system integration, installation, and testing support for approximately 2,400 fielded CMWS units over a five-year period. This initiative is crucial for maintaining the operational integrity of the CMWS systems integrated into various Department of Defense rotary wing aircraft. Interested parties must submit a capabilities statement by October 10, 2024, to the designated contacts, James Lightfoot and Robin W. Easter, via email, as this notice serves solely for market research and does not constitute a formal solicitation.
    AN/ALQ-99 Low Band Consolidation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential vendors capable of manufacturing Low Band Consolidation (LBC) Transmitters, repairing Government Furnished Material (GFM) components, and procuring LBC spares. This sources sought notice is intended for market research purposes only and does not constitute a request for proposal; therefore, no funding is available for responses. The anticipated contract will be a Firm Fixed Price (FFP) agreement with a performance duration of up to 60 months, expected to commence no later than December 2025. Interested vendors must submit detailed capability statements, demonstrating their ability to meet program management, engineering management, and testing requirements, while also highlighting their capacity to perform at least 50% of the work as a small business if applicable. For inquiries, vendors can contact Riley Stanton at riley.n.stanton.civ@us.navy.mil or Shayne Kenny at shayne.p.kenny.civ@navy.mil.
    LRASM MOFP Update
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a modification to an existing contract with Lockheed Martin Corporation-Missiles Fire Control for the integration of a new RF subsystem software into the LRASM Missile Operational Flight Program (MOFP). This procurement is critical for the timely and cost-effective enhancement of the LRASM missile capabilities, as Lockheed Martin is the sole designer and integrator with the necessary expertise and technical data. Interested parties may express their interest and capabilities, although the Government reserves the right to proceed without competition based on the unique qualifications of Lockheed Martin. For further inquiries, interested vendors can contact Amber Wroble or Jessica A. Blackwell via their provided emails.
    Request for Information - Coded Target Marker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for hand-held laser devices that enhance Special Warfare (SW) operations. The primary objective is to procure systems that combine multiple laser functionalities—such as near-infrared and visible aiming lasers—while minimizing Size, Weight, and Power (SWAP) and reducing costs, with a maximum weight limit of 1.5 pounds. These devices are crucial for SW missions, as they aim to streamline equipment carried by operators and improve operational efficiency. Interested vendors are encouraged to submit their product specifications, capabilities, and development roadmaps by November 1, 2024, to Jamie Sclafani at jamie.sclafani@us.af.mil, as this information will inform future acquisition strategies.
    F-35 Transparency Removal System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the procurement of components for the F-35 Transparency Removal System (TRS). This sources sought notice aims to conduct market research to identify qualified manufacturers capable of producing specific items associated with the TRS, as detailed by the National Stock Numbers (NSNs) provided in the attached documentation. The components are critical for military applications, reflecting the stringent safety and performance standards required for defense systems. Interested parties must submit their capabilities and relevant experience by 5 PM MST on October 14, 2024, to the primary contacts Jaide Sarchenko and Darin Barnes via their provided email addresses.
    Request for Information - Portable Airfield Lighting
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting a Request for Information (RFI) to identify vendors capable of supplying portable airfield lighting systems. These systems are intended to assist Air Force Special Warfare units in marking austere airfields and drop zones for both military and humanitarian operations, requiring features such as multiple lighting colors, durability against jet blast, remote control capabilities, and visibility from up to three nautical miles. Interested vendors must provide detailed product information, including system specifications, past experiences with the Department of Defense, and compliance with federal regulations, with responses due by 12:00 PM Eastern time on October 7, 2024. For further inquiries, interested parties can contact Jamie Sclafani at jamie.sclafani@us.af.mil.