SOURCES SOUGHT
15 -- C-130 Procurement CADDIE IDIQ Extension
- Notice Date
- 1/31/2025 12:16:32 PM
- 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
- CADDIEEXTSSS01
- Response Due
- 2/15/2025 1:00:00 PM
- Archive Date
- 02/16/2025
- Point of Contact
- Lucas Jacobsen
- E-Mail Address
-
lucas.jacobsen@us.af.mil
(lucas.jacobsen@us.af.mil)
- Description
- This announcement constitutes a pre-solicitation synopsis - THIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is not to be construed as commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information of responses submitted as the result of this synopsis. The Department of the Air Force, Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Mobility Directorate (AFLCMC/WL), C-130 Hercules Division (AFLCMC/WLN), C-130J Branch (AFLCMC/WLNN), Wright-Patterson Air Force Base, Ohio (WPAFB) intends to extend the ordering period and increase the ceiling for the existing C-130J Combined Aircraft Delivery, Development, Integration and Engineering (CADDIE) Contract FA8625-20-D-3000. CADDIE was awarded 17 Jul 2020 on a sole-source basis with a five-year ordering period and a $15B ceiling. This action will extend the ordering period five years (for a total of ten years) and increase the ceiling from $15B to $25B. CADDIE acquires C-130J and C-130J derivative aircraft and related support equipment, spare parts, technical and engineering data, interim contractor support, technical manuals, training, and world-wide logistics and deployment support, as well as analysis, study, planning, design, development, prototype, qualification, test (Including flight test), draft modification instructions and supporting operational/maintenance publication updates, Trial Kit Installation (TKI) and programmatic documentation for C130-J system development upgrades from Lockheed Martin Aeronautics - Marietta. The proposed contract modification will also include the installation of future capability hardware and software block upgrades to all fielded aircraft. Additionally, this contract action will provide the ability to support international interest through Foreign Military Sales (FMS) of C-130J aircraft and related sustainment. The contract includes the capability to purchase additional aircraft using yearly options to cover the requirements of various users. The CADDIE contract also procures capability enhancements of the C-130J and allows continual aircraft improvement in the following areas: --Hardware Component/Subsystem Development & Test --Software Development, Test, & Investigations --Identification of Impacts & Updating the Support Structure for Organization, Intermediate, & Depot, as applicable, including efforts to: ---Design, Develop, Document, & Test Support Equipment ---Develop and Perform Combined Certification & Verification of Technical Orders ---Define & Document Spares Requirements ---Design, Develop, & Document Training System Changes ---Update Other Integrated Logistics Support Elements as Necessary ---Support of Manufacturing Readiness Assessments (MRAs) --Request for Proposal Support --Hazardous Material (HAZMAT) Elimination/Reduction --Systems Engineering --Kit Prototyping --Flight Testing of Changes --Development of Solutions to OMS -- Reliability and Maintainability (R&M) Program --Quick Engine Change Assembly (QECA) and Mobile Engine Test Stand (METS) --Engineering and Logistics Services --Technical Manual Page Development/Flight Manual Replacement Pages --Pre-LOA FMS Studies/Surveys It is contemplated that the modification to extend the ordering period five years (for a total of ten years) and increase the ceiling from $15B to $25B will be awarded by July 2025. Individual delivery orders will not exceed 5 years of performance. Lockheed Martin is the sole designer, developer, and manufacturer of the C-130J, and is the only firm that possesses the necessary knowledge, experience and technical data required to perform these efforts. Because only one responsible source is available and no other type of supplies or services will satisfy agency requirements, the Government intends to award the effort pursuant to the authority of 10 U.S.C.2304 (c)(1) as implemented by FAR 6.302-1. TECHNICAL DATA IS NOT AVAILABLE FOR THESE REQUIREMENTS The National American Industry Classification System (NAlCS) code for this procurement action is 336411. Please indicate number of employees relative to the size standard of 1,500 for determination of small business status. Responders shall include their assigned Data Universal Numbering System (DUNS) number and their Commercial and Government Entity (CAGE) code. An Ombudsman has been established for this-acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concerns during the proposal development phase of this acquisition. Potential sources should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential sources are invited to contact AFLCMC's Ombudsman with serious concerns only: Col(S) Paul W. Tinker, AFLCMC/AQ-AZ (937)255-5512 Paul.tinker@us.af.mil Routine communication concerning this synopsis should be directed to the primary point of contact listed in this notice. Annual appropriations are anticipated as the funding source. THIS SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR AN INVITATION FOR BID (IFB) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. Interested sources are required to respond within 15 days of this posting with a statement of capabilities and the requested information
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9f9bc4e02794837b62b50eeed3c4df9/view)
- Place of Performance
- Address: Marietta, GA 30063, USA
- Zip Code: 30063
- Country: USA
- Zip Code: 30063
- Record
- SN07329759-F 20250202/250131230113 (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 |