Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SOLICITATION NOTICE

15 -- CLS and Software Management for PSP AC 130J

Notice Date
3/12/2026 11:12:37 AM
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA850926RB008
 
Response Due
3/27/2026 2:00:00 PM
 
Archive Date
04/11/2026
 
Point of Contact
Morgan Bloodworth Tapia
 
E-Mail Address
morgan.tapia@us.af.mil
(morgan.tapia@us.af.mil)
 
Description
This effort is for the Contractor Logistics Support (CLS) for the AC-130J Precision Strike Package (PSP) Software. Sole source award will be made to the Sierra Nevada Corporation (SNC), CADE 8X691, in accordance with FAR 6.302-1(a)(2)(ii). The PSP is comprised of numerous systems in unique configurations for which there are no existing DoD organic maintenance support and no published technical orders. Therefore, CLS is required to maintain these systems until verified maintence technical orders can be published and organic personnel trained. SNC will be responsible for performing CLS and providing supporting labor at host aircraft locations. This responsibility requires troubleshooting and Organizational Level (O-Level) maintenance/repair of the PSP and Government Furnished Equipment (GFE) on the host aircraft and shipping/receiving repairable assets in order to minimize costs and maximize system availability. The services sought to meet the system support requirement include Field Service Representative (FSR) labor, engineering support, program management, travel, spares and repairs, other direct costs, emergency support services, and data, as required. The FSR support includes providing technical reviews and advice on any and all technical system/equipment/training issues. FSRs also provide recommended corrections to deficiencies in systems, equipment and training, and input into the material management processes including provisioning and spares distribution. DELIVERY SCHEDULE: One (1) basic ordering period from 30 September 2026 to 29 September 2027, plus four (4) one (1) year ordering periods. Any questions should be directed to the buyer/Procuring Contracting Officer (PCO) identified below. If your concerns are not satisfied by the PCO, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the contracting officer, but to communicate serious contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals in the source selection process. When appropriate, potential offerors may contact the Ombudsman, Susan L. Skaggs, at 312-339-2372, or via email at: susan.skaggs@us.af.mil Anticipated Request for Proposal (RFP) RELEASE DATE: On or About 30 March 2026. Anticipated RESPONSE DATE: To Be Determined Anticipated/Estimated Award Date: 30 September 2026
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/495572c08d604b2289d7416ff7c229a3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07743135-F 20260314/260312230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.