Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2026 SAM #8899
SOURCES SOUGHT

15 -- Special Mission Variant (SMV)

Notice Date
4/6/2026 11:25:17 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA850926RB013
 
Response Due
5/6/2026 12:30:00 PM
 
Archive Date
05/21/2026
 
Point of Contact
Stephanie English, Samantha Kirk
 
E-Mail Address
stephanie.english@us.af.mil, samantha.kirk.1@us.af.mil
(stephanie.english@us.af.mil, samantha.kirk.1@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Special Operations Forces/Personnel Recovery Division (AFLCMC/WIS and AFLCMC/WIU) Program Office, Wright-Patterson AFB, OH, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics (CAGE #98897) for the purchase of integrated services to plan, execute, and deliver capability modifications, and to provide a range of engineering, logistics, and analytical capabilities for its special mission variant fleets. This support encompasses AC/HC/MC-130J aircraft requirements originating at Wright-Patterson and Robins AFBs. The Government intends to award a six (6) year Indefinite Delivery/ Indefinite Quantity (ID/IQ) contract with a six (6) month option to extend in accordance with FAR 52.217-9, for a total potential period of performance of six years and six months. Periods of performance will be defined individually for each order placed during the ID/IQ options for both severable and non-severable services. Non-severable services are expected to last more than one year. The period of performance for this effort is anticipated to begin FY27 and end FY32. This acquisition will be awarded using Other than Full and Open Competition procedures citing the authority at 10 U.S.C. 3204(a) (1) as implemented by FAR 6.302-1. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Based on market research, only Lockheed Martin has the ability to meet Aircraft Acquisition Management and Systems Engineering Support; award to any other source would result in an unacceptable risk in fulfilling the Air Force requirements and substantial duplication of cost to the Government that is not expected to be recovered through competition. The attached Justification & Approval (J&A) authorizing the sole source award will be made publicly available within 14 days of contract award IAW FAR 5.301(d)(1) and FAR 6.305(a). The J&A will remain publicly available on SAM.gov IAW FAR 6.305(d). This is a notice of proposed contract action and NOT a request for competitive proposals; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. All inquiries should be sent by email to the designated point of contact or Contracting Officer. Responses to this notice must be submitted by the date/time listed on the notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d6442125563643e99d8c8e7c49830644/view)
 
Place of Performance
Address: Marietta, GA, USA
Country: USA
 
Record
SN07769509-F 20260408/260406230044 (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.