Engineering Investigation Systems
ID: FA850425RB002Type: Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an engineering investigation systems contract aimed at providing sustaining engineering support for the C-130 aircraft. The contract will encompass engineering, technical, and logistics support for various systems, including electrical, avionics, mechanical, and structural systems, ensuring the operational effectiveness and safety of the C-130 fleet. This initiative is crucial for maintaining the readiness of vital military assets, reflecting the government's commitment to national defense strategies. Interested vendors should reach out to Clevetta Brown at clevetta.brown@us.af.mil or Erica Carter at erica.carter.3@us.af.mil for further details, with the contract structured as a five-year agreement featuring a 12-month base period and four optional extensions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance-Based Work Statement (PWS) for C-130 Aircraft Engineering Support, issued by the Air Force Life Cycle Management Center at Robins AFB, GA. The main objective is to provide comprehensive engineering, technical, and logistics support for the C-130 fleet, ensuring operational effectiveness and safety. The contractor is responsible for various systems, including avionics, propulsion, and structural integrity, while also managing configuration control and addressing field concerns that may impact flight missions. Key performance indicators include timely submission of technical reports, minimal rejections of deliverables, and prompt responses to maintenance issues, with specific numerical thresholds set for quality assurance. The contractor will facilitate quarterly Program Management Reviews and annual performance assessments to monitor progress and compliance. The document specifies government property usage, technical requirements, and the expected interaction between the contractor and government personnel. Given stringent security clearance and compliance regulations, the contractor must adhere to rigorous safety standards and document management practices throughout the project's duration. This initiative signifies the U.S. government's ongoing commitment to maintaining the readiness of vital military assets, crucial for national defense strategies.
    The DD Form 1423-1 serves as a Contract Data Requirements List used by the Department of Defense to specify data items associated with contracts. It informs contractors about the required data submissions, including their frequency, acceptance criteria, and distribution statements. This form includes a distinctive section for each data item, detailing essential elements such as the contractor's name, contract reference, submission dates, and distribution requirements. It mandates that the contractor submit an agenda for conferences at least two business days prior, with data formatted in Microsoft Office or PDF. The document outlines instructions for government personnel and contractors on completing the form and delineates different price groups for estimating costs associated with delivering various data items. The overarching goal of the DD Form 1423-1 is to ensure that necessary data is provided adequately, fostering compliance and support for contract execution, while safeguarding sensitive information based on specified distribution statements. By streamlining data requirements, the form plays a crucial role in the efficient management of defense contracts and related tasks.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL), outlining specified data submission requirements within Department of Defense contracts. The document provides critical fields for contract information, including main data items, contractor details, and specific submittal instructions. A key focus is on ensuring that the contractor adheres to formatting and acceptance protocols, with clear directives for submission timelines, distribution, and required formats, typically in electronic mediums such as Microsoft Office or PDF. This document includes categories such as Technical Data Package (TDP) and Technical Manual (TM), emphasizing different types of data required for engineering support. Acceptance criteria specify that submissions will be validated via email by designated authorities. Additionally, the document incorporates guidelines for estimating data item prices, categorized into four groups based on data necessity, preparation requirements, and associated costs. Overall, the DD Form 1423-1 facilitates structured communication and compliance between contractors and the government, reflecting standard practices in government RFPs and grants to ensure transparency and efficiency in contract data management.
    The DD FORM 1423-1 establishes a Contract Data Requirements List (CDRL) utilized by the Department of Defense for managing data submissions under contracts. Its primary purpose is to outline requirements for data delivery from contractors, specifically for system and item support, such as the C-130 Engineering Support project. The form includes various sections including the contractor's responsibilities, types of data required (Technical Data Package, Technical Manual, etc.), and submission protocols. Key elements include specific timing for reports, data formats, and distribution rules. Acceptance of items and performance assessments are emphasized through requirements for contractor responsiveness to validation reports. Additional instructions assist government personnel and contractors with form completion, ensuring consistency in data item definition and submission process. This document solidifies protocols essential for oversight, collaboration, and accountability in defense contract management.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a technical report related to C-130 engineering support. It specifies necessary data items, including the title, frequency, and distribution details, to ensure contractor compliance with government specifications. The record prompts contractors to submit technical evaluations, travel plans, and performance reports, with strict guidelines on data format and acceptance processes. Different price groups categorize costs associated with the data provided, influencing contractor expenses for data delivery. The document highlights evaluation methods, including a Contractor Performance Assessment Report (CPAR), emphasizing the importance of timely responses for performance reviews. Furthermore, it stresses the need for electronic submission of data and relevant contact information for inquiries, ensuring all specified requirements align with Department of Defense regulations for effective data management within contracts.
    The document is a solicitation for an engineering investigative services contract under the "Rated Order" category, in accordance with the Defense Priorities and Allocations System (DPAS). It outlines the terms for a five-year contract, comprising a 12-month base period and four 12-month options, with specific requisition and submission details. The contract will include various line items, such as engineering services, travel, and deliverables documented through the Contract Data Requirements List (CDRL). Key provisions also emphasize incremental funding for various contract line items with specified funding increments throughout the contract period. Vendor submissions must comply with regulations regarding prompt payment discounts, acknowledgment of amendments, and established timelines for proposals and performance. The document further details evaluation factors, conditions for award, and compliance with federal acquisition regulations. It ensures that the contractor adheres to ethical guidelines and limitations on subcontracting. This solicitation aligns with federal RFP practices, aiming to procure necessary engineering services while maintaining budgetary and regulatory accountability.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Bulkhead Assembly, C-130
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Bulkhead Assembly for the C-130 aircraft, identified by Part Number 375974-7. This solicitation is a total small business set-aside and addresses an urgent requirement related to flight and safety deficiency hazards, with delivery expected at Robins AFB, Georgia, on or before January 19, 2026. Interested vendors must submit their quotes via email by December 29, 2025, and adhere to specific packaging and transportation requirements outlined in the associated documents. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    Engineering Support Services - Commercial Derivative Aircraft
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    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.
    AIRCRAFT, HERCULES, C-130; CONTROL ASSEMBLY, DOOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Assembly for the Hercules C-130 aircraft, specifically identified by NSN 1560-01-136-0153. The contract will be for an Indefinite Quantity with an estimated annual requirement of 10 units over a five-year period, with no options for extension. This procurement is classified as unrestricted and is critical for maintaining operational capabilities, although it is not categorized as a Critical Safety Item. Interested vendors must submit their proposals by fax and are encouraged to review the solicitation, which will be available on the DLA Internet Bid Board System around November 13, 2026. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    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.
    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.
    C130J Digital Heads Up Display Enhanced Vision System Demonstration
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking to procure a T-2 demonstration of an Enhanced Vision System (EVS) for the C-130J Digital Heads-Up Display (DHUD) under a delivery order against the GSA OASIS IDIQ contract. This procurement aims to enhance operational capabilities during the Air National Guard's firefighting season by demonstrating the EVS in challenging weather conditions such as fog, smoke, and heavy rain. The contract, valued at approximately $10 million over 14 months, has been justified under FAR 16.505(b)(2)(i)(B), indicating that only Raytheon Technologies' Collins division can meet the unique requirements due to their extensive experience and compatibility with existing systems. Interested parties can contact Kortney M. Coalt at kortney.coalt@us.af.mil or Justin Stanfill at justin.stanfill@us.af.mil for further information.
    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)
    Dept Of Defense
    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.
    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.
    Helicopter Program Office Integrity Programs Sustaining Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential contractors capable of providing sustaining engineering services for the Helicopter Program Office (HPO) related to the Aircraft Structural Integrity Program (ASIP), Mechanical Equipment and Subsystems Integrity Program (MECSIP), Avionics Integrity Program (AVIP), and Electrical Wiring Interconnect System (EWIS) for various helicopter models including the HH-60W, MH-139A, TH-1H, and UH-1N. Contractors are expected to demonstrate expertise in rotary-wing structures, mechanical and avionics systems, fatigue analysis, non-destructive inspection, and software development, particularly concerning specific tasks outlined in relevant military standards. This opportunity is crucial for maintaining the operational integrity and safety of the helicopter fleets, and responses to the Request for Information (RFI) are due by January 7, 2026. Interested parties should direct inquiries to Casey Price at casey.price.3@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.