Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2026 SAM #8818
SOURCES SOUGHT

99 -- Radar Warning Systems (RWR) Integration Program

Notice Date
1/15/2026 12:56:15 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8553 AFLCMC WLNKB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8553-26-C130H_AN-ALR-69
 
Response Due
3/16/2026 8:00:00 PM
 
Archive Date
03/31/2026
 
Point of Contact
Adrienne Taylor, Jason Timothy
 
E-Mail Address
adrienne.taylor.3@us.af.mil, jason.timothy.4@us.af.mil
(adrienne.taylor.3@us.af.mil, jason.timothy.4@us.af.mil)
 
Description
C-130 Foreign Military Sales Radar Warning Systems (RWR) Integration Program Agency: Department of the Air Force Office: AFLCMC/WLNI, Location: Robins Air Force Base, GA Contracting POCs: Primary: Adrienne Taylor at: adrienne.taylor.3@us.af.mil Alternate: Melody Wimberly at: melody.wimberly@us.af.mil Alternate: Jason Timothy at: jason.timothy.4@us.af.mil CAUTION: This is not a solicitation but rather market research to determine potential program costs, schedule, and information for planning purposes only. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government review. The Government is preparing documentation to respond to a Partner Nation request for information and potentially move forward with an acquisition strategy. To meet this requirement, the United States Air Force (USAF) needs to accomplish a Government Cost Estimate. This Sources Sought Synopsis (Sources Sought) is for information and budget planning only, and neither constitutes a solicitation, nor a commitment by either the Government or the Sources Sought respondent. The Government requests all submissions fully address the requirements in this Sources Sought and conform to the format discussed later in this Sources Sought. Submitted data not complying with the requested format may not be reviewed for Government use. Finally, this Sources Sought seeks knowledge of any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past five years. PROGRAM DETAILS: The Government is conducting Market Research to identify qualified Contractors to accomplish Integration of AN/ALR-69 on two (2) Partner Nation C-130H aircraft. The scope of the effort will require a Contractor to perform, provide, and/or support activities pertaining to design, integration, installation, ground test, flight test, certification, documentation, delivery, of two (2) modified C-130H aircraft. This AN/ALR-69 Integration Program includes the following requirements: The vendor shall be responsible for completing the engineering design activities required for the kit to interface with the current C-130H aircraft configuration. The Kit A will be provided by the Contractor, and when combined with the Partner Nation�s Kit B, will allow the Government to install an AN/ALR-69 Operational Flight Program (OFP). Upon completion of Kit A development per the agreed upon schedule, Trial Kit Installation (TKI) shall be accomplished. The purpose of the TKI is to prove the validity of the installation design, completeness of material content, system performance through specified testing, and validation of the Technical Data Package (TDP). The Contractor shall furnish all manpower, parts, and materials for the manufacture, installation, and support of the TKI of Kit A and Government furnished Kit B. This shall include any test equipment required. TKI will include a fit check of the Kit A and required testing. The Contractor shall complete the retrofit of the TKI aircraft if any configuration items require a design change which cannot be incorporated during the TKI or post-TKI. The Contractor shall package, store, and ship all kits. Using the most current version of MIL-STD-2073-1 as guidance, the Contractor shall ensure packing and preservation methods are utilized to protect material/items against corrosion, physical and mechanical damage, and other forms of degradation during storage, handling and shipment. Furthermore, Contractor shall ensure all items arrive at the destination corrosion free in a safe and undamaged condition. Packaged kits shall be kept in a dedicated bonded storage area provided by the Contractor in preparation for shipment. The Contractor shall provide all support equipment required for the installation, integration, ground, and flight testing. The Contractor shall be responsible for coordinating support needed for ground and flight testing. The Contractor shall be responsible for developing and acquiring all technical documentation associated with the integration (e.g., installation drawings, technical manuals, test plan and test reports) required for airworthiness certification. The vendor shall be responsible for the application and modification of the following TCTO: 1C-130-1479. GOVERNMENT REQUEST: Interested Contractors need to submit a letter of interest and responses per the below Government response format. The Government will use this information to help determine the best acquisition strategy for this program. Interested offerors should send Sources Sought responses to the Contracting POCs listed. Responses should be submitted by 11:00PM EST, Monday, 16 March 2026. Responses must be sent via email to the following email addresses: Primary: Adrienne Taylor at: adrienne.taylor.3@us.af.mil Alternate: Melody Wimberly at: melody.wimberly@us.af.mil Alternate: Jason Timothy at: jason.timothy.4@us.af.mil Annotate the Subject Line of the email response as: �C-130H FMS RWR Integration Program Sources Sought Synopsis�. Contracting Office Address: Department of the Air Force, C-130 Hercules System Program Office 440 Richard Ray Blvd Suite 2F-1A Robins AFB, GA 31098-1670 [Note: The information provided is for the Government's market research and is given understanding the Government has no obligation to pay for the information. This information may be used in developing a request for proposals (RFP) but does not obligate the Government. GOVERNMENT RESPONSE FORMAT - C-130H FMS RWR Integration Program Part I: Contractor Questionnaire (Format note: This part is requested in searchable PDF Format) The Government will treat your questionnaire responses as proprietary data that will not be shared with any individuals other than those with signed Non-Disclosure Agreements (NDA) in an Advisory and Assistance Service role with the Government. A. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact: a. Name: b. Telephone number: c. Email address: 4. Physical Address: 5. Government proposed North American Industry Classification System (NAICS) Code: 336411 6. System of Award Management (SAM) (Yes / No) 7. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate country of ownership). B. Capability Survey Questions 1. Are you anticipating a teaming arrangement with other Contractors? If so, do you have a preliminary concept of the delineation of work that will be accomplished by the Prime and the work accomplished by the teaming partner(s)? C. General Capability Questions 1. Briefly describe the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's experience working on military transport aircraft projects similar in complexity to this requirement. Include a brief description of the work performed, period of performance, and agency/organization supported. 3. Describe your company's capabilities and experience in generating technical data, and Electronic Technical Manuals (ETMs). Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 4. If a company can meet some, but not all the requirements stated in this Sources Sought, please provide a response that explains the requirements that you are capable of meeting. D. Commerciality Question: Identify any requirements in this Sources Sought you consider to be commercial (see FAR Part 2 definitions). Please, provide supporting rationale (based on the FAR Part 2 definition). Part II: Technical Solution (Format note: This part is requested in searchable PDF format.) This part shall not include any cost data. If any cost data is included in Part II, the Sources Sought response will not be reviewed for Government use. This part will be provided to the Partner Nation for their evaluation. The Government will treat your technical solution responses as proprietary data that will not be shared with any individuals other than the Partner Nation and those with signed Non-Disclosure Agreements (NDA) in an Advisory and Assistance Service role with the Government. Provide your company�s approach to address all requirements in this Sources Sought. In your response, address the following considerations and questions as they relate to this RWR Integration Program and your approach. A. Topics for consideration in response: 1. Provide a brief description of the anticipated development activities in support of required certification. 2. Provide a brief description of the anticipated manufacturing needs to support the integration. 3. Provide a brief description of the anticipated installation activities including an install schedule. 4. Provide a brief description of the anticipated logistical needs to support the integration. 5. Identify any assumptions as part of your proposed solution. 6. Identify the top risks associated with this program. 7. Discuss any foreseeable data rights limitations. 8. Discuss known/envisioned obsolescence issues and ability to rectify. B. Integration Questions 1. Describe your suggested approach for integrating it into the aircraft. Include a top-level system diagram. 2. Describe your capability and experiences in the integration of AN/ALR-69 on military aircraft platforms. Describe your similar integration efforts and scope. Discuss any differences between the fielded systems and what would be required/recommended for C-130? 3. Describe your capability and experience in developing Technical Order (T.O.) for systems integration; provide examples. 4. Describe impacts of this integration to existing C-130 systems including but not limited to the air data system, communications, surveillance system, flight controls, and instrumentation. 5. Discuss any capabilities (standard or unique) your company utilizes associated with design, lean manufacturing processes, test capability, and supply chain management that reduce overall program risk. 6. What other information can you provide to help the Air Force understand the technical requirements of this effort. Part III: Financial Information Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Services Provided If past procurement history is unavailable, an overall estimated price to perform the services required is requested to aid the country partner in estimating costs.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7d1f7108a1c94489929c6f28c77bc219/view)
 
Place of Performance
Address: Bydgoszcz, PL-KP, POL
Country: POL
 
Record
SN07688965-F 20260117/260115230037 (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.