SOURCES SOUGHT
N -- Contractor Kit Installation (CKI ) 2 of the Combined Block 7.0/8.1 Upgrade Modification to the United States Air Force(USAF) C-130J Fleet
- Notice Date
- 1/9/2026 8:37:21 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8625 AFLCMC WLNK C130 WPAFB OH 45433-7222 USA
- ZIP Code
- 45433-7222
- Solicitation Number
- FA862524RB001
- Response Due
- 2/2/2026 5:30:00 PM
- Archive Date
- 02/02/2026
- Point of Contact
- Casey Murphy, Thomas Alig
- E-Mail Address
-
AFLCMC.WLNN.Contracting.CKI2@us.af.mil, AFLCMC.WLNN.Contracting.CKI2@us.af.mil
(AFLCMC.WLNN.Contracting.CKI2@us.af.mil, AFLCMC.WLNN.Contracting.CKI2@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- CONTRACTOR KIT INSTALLATION OF THE 7.0/8.1 BLOCK UPGRADE MODIFICATION TO THE UNITED STATES AIR FORCE (USAF) C-130J FLEET GENERAL GUIDELINES: This Request For Information (RFI) is solely for the identification of potential small business sources for the above-stated modification program for market research and planning purposes and does not constitute a solicitation or request for proposals. Any response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for any and all expenses associated with responding to this RFI. The Government will not reimburse responders for any presentations, marketing efforts, or data related to their responses. The Government reserves the right to reject, in whole or in part, any responder's input resulting from this RFI. All information received in response to this RFI that is appropriately marked ""proprietary"" or ""competition sensitive"" will be handled accordingly. Only non-classified information shall be provided in any response. Copies of submitted information may be reproduced for Government review. Responses to this RFI will not be returned. PURPOSE: The purpose of this RFI is to conduct market research to determine the existence and interest of prospective qualified small business sources that can accomplish Block 8.1 aircraft modification installations on approximately 115 C-130J and HC-130J aircraft. The aircraft includes mission-specific variations operated by the USAF (i.e. Air Mobility Command, Air Education and Training Command, Air Combat Command.) At present, each aircraft modification is expected to be complete in 130 days or less: including induction and inspections, installation, weights and balance, Quality Assurance (QA), Ground Tests, and Functional/Acceptance Check Flight. The first two (2) of each variant are allowed additional time (210 and 180 days respectively) to account for a learning curve. The USAF intends to provide approximately 15 - 21 aircraft per year. RFI responses will be used to determine if this effort can be pursued as a partial or total Small Business Set-Aside acquisition. The Government is interested in responses from all responsible small businesses, including small business concerns, disadvantaged business concerns, Women-Owned Small Business (WOSB) concerns, Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, and Historically Underutilized Business zone (HUBZone) small business concerns. REQUIREMENTS DESCRIPTION: The technical documents (Technical Orders/Time Compliance Technical Orders) are available by request through the Procurement Contracting Officer (PCO), Casey Murphy. Please email the PCO at AFLCMC.WLNN.Contracting.CKI2@us.af.mil and Sarah Woods at sarah.woods.3.ctr@us.af.mil. Include the name, email, phone number, and position/title of a specific Point of Contract to receive the Technical Orders/Time Compliance Technical Orders, via DOD SAFE (https://safe.apps.mil). The Block 8.1 modification installs the following major capabilities and upgrades onto the C-130J weapon system: 1. Numerous software upgrades 2. New Communications Navigation, and Identification System Processor (CNI-SP) 3. Link-16 4. New Pilot and Co-pilot Control Wheel 5. New Civil Global Positioning System (GPS) 6. New mission computer 7. Upgraded Data Transfer and Diagnostic System (DTADS) 8. New Identification Friend or Foe (IFF) Transponder Mode 5 9. Enhanced internal-communication system (ICS); SATCOM Data Link; improved public address (PA) system 10. Covert lighting aft of the cargo ramp Retrofit kits shall be provided as Government Furnished Property and shall include both Group ""A"" and Group ""B"" elements. Group ""A"" consists of fabricated installation parts such as wiring, plugs, racks, and common hardware. Group ""B"" includes Block 8.1 Line Replaceable Units (LRUs) and associated licenses. The C-130J Block 8.1 kit installations began in 2020 and there are approximately 100-115 aircraft left to be modified. The USAF anticipates the contract we are soliciting information for will commence in 2027. A commercial warranty is expected to be included for all work performed. All required parts lists, installation instructions and retrofit schedules will be provided by the Government at the time of proposal solicitation. RESPONSES: Responses to the RFI questionnaire shall be submitted to the Government electronically no later than close of business on 2 February 2026. If you need additional time, contact the PCO within three (3) days of receipt of this inquiry. Should you choose to submit information in addition to your responses to the questionnaire, please limit that information to no more than 10 additional pages. Responses should be emailed to the PCO, Casey Murphy, at AFLCMC.WLNN.Contracting.CKI2@us.af.mil and Sarah Woods at sarah.woods.3.ctr@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/47028219b97748428769d556081a6547/view)
- Place of Performance
- Address: Fairborn, OH, USA
- Country: USA
- Country: USA
- Record
- SN07683074-F 20260111/260109230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |