C-130J PROPS AND SPARES
ID: FA850425RB003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8504 AFLCMC WLNKAROBINS AFB, GA, 31098-1670, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

AIRCRAFT PROPELLERS AND COMPONENTS (1610)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of R391 propellers and spare parts to support the operational readiness of the C-130J aircraft. This acquisition is essential for maintaining the fleet's efficiency and includes depot-level repair and overhaul services, with a focus on timely availability to minimize aircraft downtime. The contract will be awarded on a sole-source basis to GE Aviation Systems LLC (DBA: Dowty Propellers) and encompasses a three-year period with options for extension, requiring compliance with military standards for packaging, transportation, and quality assurance. Interested parties can contact Clevetta Brown at clevetta.brown@us.af.mil or Erica Carter at erica.carter.3@us.af.mil for further details, with proposals due by February 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) describes the procurement of R391 propellers and parts to support the operational readiness of C-130J aircraft for the U.S. Air Force (USAF), Foreign Military Sales (FMS), and the U.S. Navy (USN). Due to long lead times for parts, the initial procurement of spares aims to ensure timely availability and minimize aircraft downtime. The contractor is tasked with advising on spare parts levels, engaging with vendors, ensuring quality compliance, and coordinating deliveries. The contract encompasses a three-year period, with options for extension. Key deliverables include managing packaging, storage, and transportation requirements according to military standards, along with quarterly reporting on catalog, delivery schedules, and finances. Acceptance criteria demand compliance with inspection protocols, and the contractor must maintain detailed records of inspections and manage government property responsibly. The document emphasizes the importance of adhering to procurement regulations and highlights the contractor's obligations regarding government-furnished property, including proper reporting and return of materials. This SOW outlines the necessary steps to maintain C-130J operational efficiency while ensuring adherence to federal acquisition regulations.
    The document is a transportation data form (DD Form 1653) utilized for government procurement, specifically for soliciting transportation-related aspects in contract proposals. It outlines crucial elements such as purchase request (PR) numbers, dates, commodities, F.O.B. (Free On Board) terms, and applicable transportation provisions and clauses. The form emphasizes the need for contractors to comply with guidelines related to both domestic and export shipments, particularly in complex contexts such as Foreign Military Sales (FMS) and classified materials. Specific instructions for shipping practices, such as mandatory contact with the DCMA Transportation Office prior to shipment for certain procurement types, are highlighted. The document also details the submission of transportation charges, efficacy of transport methods, and the need to follow procedural guidelines to ensure regulatory compliance. Overall, this form serves to standardize transportation data requirements in federal government procurement, helping streamline processes and maintain adherence to operational standards across various contracts.
    The document outlines the packaging requirements for military contracts, specifically AFMC Form 158. It establishes instructions for the contracting officer to ensure proper packaging and marking of items, emphasizing compliance with Military Standard MIL-STD-2073-1, which governs military preservation and packing. Key components include the identification of items through Item IDs, quantity per unit pack, and adherence to MIL-STD-129 for military marking. The file details additional packaging considerations for engineered containers and hazardous materials, referencing various regulations such as the Code of Federal Regulations and International Maritime Dangerous Goods Code. Special attention is given to wooden packaging materials, which must conform to the International Standards for Phytosanitary Measures No. 15 to prevent invasive species. The document also specifies the requirements for the contractor regarding the submission of packaging data and the modification of existing containers. Overall, this document serves as a guideline for contractors to ensure that all packaging complies with military and safety standards, reflecting the government’s commitment to rigorous logistics and environmental protection in military operations.
    The document outlines a solicitation for a contract associated with the Women-Owned Small Business (WOSB) initiative. Specifically, it addresses the procurement of commercial products and services related to C-130J propellers and spare parts. The requisition and contract numbers are FA850425RB003, with an effective date of January 14, 2025, and a due date for offers set for February 28, 2025. The solicitation seeks a variety of supplies, cataloging numerous items, including propellers, kits, and component parts, with firm-fixed pricing arrangements. The acquisition is characterized as unrestricted, with a focus on enhancing the participation of women-owned businesses. It stipulates decentralized ordering and highlights the multi-year nature of the contract, anticipating potentially increased delivery quantities over its span. The schedule includes detailed specifications, quantities, and pricing related to different items required by the government, underscoring compliance with federal procurement regulations. Overall, the document serves as a critical gateway for businesses to engage in government contracting while fostering greater diversity in procurement.
    Lifecycle
    Title
    Type
    C-130J PROPS AND SPARES
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    J-85 Seal, Air, Aircraft G
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure J-85 Aircraft G Seal, Air, a critical safety item necessary for aircraft operations. This acquisition involves a sole-source contract for 9 units, with General Electric Company identified as the approved source, and is justified under limited available sources due to the specialized nature of the item. The estimated request for proposal (RFP) issue date is September 5, 2025, with a close date of October 6, 2025, and interested parties are encouraged to submit capability statements within 15 days for commercial items or 45 days for general proposals. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    Support, Fan Componet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    F-110 Gearbox, Accessory D
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    F-15/F-16 Constant Speed Drive Consumable Repair Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of consumable repair parts for the F-15 and F-16 aircraft, specifically focusing on Constant Speed Drive components. This acquisition is part of a requirements corporate contract and is intended to support the ongoing maintenance and operational readiness of these military aircraft, with items being sole sourced to Collins Aerospace. Interested suppliers must submit their proposals by December 17, 2025, with delivery expected within 300 days after receipt of order, and should direct inquiries to John Whaley at john.whaley@dla.mil or by phone at 804-279-5213.
    ADAPTER, PROP BALANCER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure an "ADAPTER, PROP BALANCER" from GE Aviation Systems LLC, the Original Equipment Manufacturer. This procurement is a sole-source acquisition under the Defense Logistics Agency’s Basic Ordering Agreement, with a focus on obtaining a specific item identified by NSN 4920-01-503-3363 and Part Number 7A071, which is critical for aircraft maintenance and repair operations. Interested vendors are encouraged to submit quotations by the extended deadline of January 8, 2026, with early delivery options welcomed, and should direct their inquiries to Stacey M. Riggs at Stacey.M.Riggs@uscg.mil or William T. Swinson at William.T.SwinsonII@uscg.mil.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    Brake,Shaft,Prop (3R)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking procurement for a Brake, Shaft, Prop (3R) as part of a Justification and Approval notice. This procurement falls under the category of gas turbines and jet engines, aircraft, prime moving, and components, indicating its critical role in aviation operations. The selected contractor will be responsible for providing the necessary components that are vital for maintaining aircraft performance and safety. Interested parties can reach out to Jackie Henn at Jacqueline.Henn@us.af.mil or by phone at 405-855-7132 for further details regarding this opportunity.