Opportunity

SAM #FA850926RB013

Sole-source IDIQ for Integrated Support Services for AC/HC/MC-130J Special Mission Variant Aircraft

Buyer

AFLCMC ISR Directorate

Posted

April 06, 2026

Respond By

May 06, 2026

Identifier

FA850926RB013

NAICS

336411

This opportunity involves a sole-source IDIQ contract for integrated support services for the Air Force's Special Mission Variant (SMV) AC/HC/MC-130J aircraft fleets. - Government Buyer: - Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance, Reconnaissance - Special Operations Forces (FA8509 AFLCMC WIUKA) - Located at Robins Air Force Base, Georgia - OEM/Vendor: - Lockheed Martin Aeronautics (CAGE #98897) is the sole OEM and vendor - Products/Services Requested: - Integrated services for SMV fleet support, including: - Planning, execution, and delivery of capability modifications - Engineering, logistics, and analytical support for AC/HC/MC-130J aircraft - No specific part numbers or product quantities are listed; the procurement is for a range of services - Unique/Notable Requirements: - Sole-source justification under 10 U.S.C. 3204(a)(1) and FAR 6.302-1 (only one responsible source) - Contract will have a six-year base period with a six-month extension option - Periods of performance will be defined for each order - Places of Performance and Key Locations: - Robins Air Force Base, GA (contracting office) - Wright-Patterson Air Force Base, OH (place of performance) - Marietta, GA (place of performance) - No specific product line items or part numbers are provided, as the focus is on integrated services for the SMV aircraft fleet.

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.

View original listing