The U.S. Air Force Special Operations Forces and Personnel Recovery Program Office is conducting market research through a second Request for Information (RFI) aimed at acquiring Acquisition Management and Systems Engineering Support for the AC, HC, and MC-130J fleets. The purpose is to assess industry capabilities for managing modifications and providing various engineering, logistics, and analytical services essential for the operational readiness of these aircraft variants at Wright-Patterson and Robins Air Force Bases. The document outlines a Sources Sought Synopsis (SSS) regarding specific support requirements, which include hardware/software development, sustaining engineering, technical documentation, crisis management, and certification support, among others.
Responses from contractors are sought to inform the acquisition strategy for a potential contract, expected to be awarded in Fiscal Year 2026. The document emphasizes the collection of industry feedback while clarifying the non-binding nature of the RFI. Participation in market research does not guarantee future solicitation or contract awards, and all submissions will become government property. Interested parties are instructed to provide detailed credentials confirming their capability to meet the outlined requirements while also indicating any challenges they may foresee in their ability to execute the necessary modifications and support.
The U.S. Air Force Life Cycle Management Center has issued a Sources Sought Synopsis (SSS) to gather industry insights for acquisition management and engineering support for the AC, HC, and MC-130J fleets. This market research aims to identify capabilities for modifications, logistics, and analytical services necessary for the fleets based at Wright-Patterson and Robins AFBs. The government seeks responses to inform its procurement strategy, with potential contract awards expected in Fiscal Year 2026.
The SSS outlines several key support requirements, including hardware/software development and integration, sustaining engineering, crisis management, technical documentation, and certification support, among others. Interested contractors are encouraged to provide evidence of their experience and capabilities related to these requirements. The initiative emphasizes that participation does not guarantee contract awards and aims to inform whether a small business set-aside will be included.
Responses should detail capabilities, challenges in execution, and including areas of work suitable for small business participation. The government invites both large and small businesses, with an emphasis on joint ventures and teaming. Responses are required by April 21, 2025, and must be sent to the specified procurement contacts.