Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2026 SAM #8845
SOURCES SOUGHT

J -- C-130J/T Sustaining Engineering and Logistics Support Services in Support of A C-130J Aircraft Additional Customer and Peculiar Spares

Notice Date
2/11/2026 12:40:12 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-APM207-1168
 
Response Due
2/26/2026 2:00:00 PM
 
Archive Date
03/13/2026
 
Point of Contact
Stephanie Savage, Shawn Campbell
 
E-Mail Address
stephanie.r.savage2.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil
(stephanie.r.savage2.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
1. GENERAL The Naval Air Systems Command (NAVAIR) intends to award a sole source modification to contract N0001924D0119 for 2.5 years with Lockheed Martin Aeronautics Corporation (LMAC), 86 South Cobb Drive, Marietta, GA 30063, for the effort associated with the C-130J/T Sustaining Engineering and Logistics Support Services in support of the United States Navy, Reserve (USNR) C-130J aircraft, and providing peculiar spares due to obsolescence, and the United States Coast Guard (USCG) C-130J recapitalization aircraft. A sole source acquisition will be procured under the authority of FAR 6.302-1, �Only One Responsible Source and No other Suppliers or Services Will Satisfy Agency Requirements.� LMAC is the sole designer, developer, and original equipment manufacturer (OEM) of the C-130J/T aircraft and is the only known firm with the necessary technical data, knowledge, equipment, facilities, and experience with the subject aircraft to provide the required supplies and services within the required timeframe. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336411. The applicable product service code (PSC) is J016. Only interested firms who believe they are capable and can meet the requirements of providing the supplies and services noted above are invited to respond to this notice. NAVAIR will not reimburse any respondents for any expenses associated with their participation in this Market Survey. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. This notice is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. If after reviewing this information, you desire to respond to this pre-solicitation synopsis, you should provide documentation to substantiate your product meets the requirements specified in this sources sought. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. 2. BACKGROUND This effort consists of on-site field service representative support; sustaining engineering support; integrated logistic support; reliability improvements; configuration management; technical publications; peculiar spares (non-Defense Logistics Agency); and associated project management. This is a follow-on procurement to sole source contract N0001924D0119 currently being performed by LMAC. 3. INFORMATION REQUESTED NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified industry partners that can provide comprehensive engineering support, logistics, and programmatic support identified in paragraph 1. Potential contractors are requested to provide information on current products and services, relevant history, evidence of past performance, access to original equipment manufacturer (OEM) engineering design data and use of proprietary modeling tools, and capability of supporting in full the functions and services identified herein. Interested contractors shall submit their technical capabilities describing how they are able to meet the Government�s complete requirements for engineering and logistic support for the aircraft described in paragraphs 1 and 2 above. Please submit an electronic copy of your capability statement not to exceed 10 pages. If your response includes information, you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing types of information. The capabilities statement shall include the following: 3.1 Corporate Information 1. Company's name and address. 2. Company�s cage code and Unique Entity Identifier (UEI) number. 3. Company point of contact including email address and phone number. 4. Company's business size and list of North American Industry Classification system (NAICS) codes under which goods and services are provided. 5. Company�s business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, etc.) 3.2 Specific Sources Sought Information Requested Potential teaming arrangements, contractual relationships, and related past performance with LMAC in the past five years. Ability to provide OEM peculiar components, parts, and materials in support of maintenance actions and operational support. Access to current C-130J OEM technical manuals and source data, plus approved notice of all updates as applicable to perform the Logistics Support Analysis, Software Support, Technical Publication and NATOPS Flight Manual updates/revisions. Access to C-130J OEM technical source data for aircraft structural properties, wiring routing diagrams, mission computer software interfaces and parts interchangeability. Access to LMAC specific design engineering databases, tools, and models needed to perform unique services such as DTADS data analysis for structural health monitoring, severity factor analysis for the Service Life Extension Program, OEM Computational Fluid Dynamics modeling used for handling qualities and loads analysis, and more. Access to LMAC engineering design source data for determining design limits and performing repair analysis. 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Ms. Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil Email all information in response to this Sources Sought to Ms. Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil. Responses are due by 5:00 ET on 26 February 2026.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bfe8d9393dcd48c7bea09d9706e6fab6/view)
 
Place of Performance
Address: Patuxent River, MD, USA
Country: USA
 
Record
SN07713485-F 20260213/260211230042 (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.