Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SOLICITATION NOTICE

15 -- Synopsis: C-130 AFT (Rear) Emergency Exit Door Assembly (Escape Hatch) 1560-00-098-7967; C-130 Mid-Fuselage (Center) Emergency Depressurization Door Assembly (Escape Hatch) 1560-00-593-0051

Notice Date
6/13/2025 6:52:44 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
FD2060-25-00079
 
Response Due
6/30/2025 12:30:00 PM
 
Archive Date
07/15/2025
 
Point of Contact
Todd Stimus, Victor Henderson
 
E-Mail Address
todd.stimus@us.af.mil, victor.henderson.2@us.af.mil
(todd.stimus@us.af.mil, victor.henderson.2@us.af.mil)
 
Description
SUBJECT: This requirement is for the procurement of the C-130 Mid-fuselage (Center) Emergency Depressurization Door Assembly, part number 361932-1, NSN 1560-00-593-0051 and the C-130 Aft Emergency Exit Door Assembly, part number 342281, NSN 1560-00-098-7967. These doors are also referred to as Escape Hatches. The contract will be a one time buy. Further details are provided below: NSN Quantity 1560-00-593-0051LG 30 1560-00-098-7967LG 23 ITEM DESCRIPTION This requirement is for sustainment and logistical support necessary for the C-130 fleet to continually provide both strategic and tactical capability to the United States Air Force (USAF), Air National Guard, Air Force Reserve Command and Foreign Military Sales (FMS) partner nations. The C-130 sustainment and logistical support requirements include program management, system and sustaining engineering, technical order management, technical data management, product support, contractor inventory control points, material management, support equipment management, and field services. USAF C-130 depot level maintenance will continue to be performed via Air Force Sustainment Center (AFSC) Air Logistics Centers (ALCs). The Hatches are an integrated part of the aircraft external structure made of an aluminum exterior skin , frame, diaphragm, with pressure and weather seals. These hatches serve as personnel emergency escape hatches during egress. The Center Hatch has elastic bungees and an internal locking mechanism that also allows for rapid emergency depressurization of the aircraft. This action will result in a in a one year or one time purchase. IMPEDIMENT TO COMPETITION This requirement is not suitable for competition and will be utilized under Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in the award of a new contract, which will be a Firm Fixed Price (FFP) �C� Type Contract. The C-130 Escape Hatches, designed and manufactured by Lockheed Martin Corporation, are specialized line replaceable units (LRUs) used on various C-130 aircraft models. These hatches allow for emergency egress and, in the case of the center hatch, emergency depressurization of the aircraft. The C-130 has a rough estimated lifespan of 50 years (based on aircraft usage, mission, sustainment costs more than actual component/airframe life), which will extend the expected lifecycle through 2080. Due to this, the agency requires a reliable source for these critical components. However, the Government ability to solicit full and open competition is hindered by limited data rights, missing drawings, and the absence of approved alternate parts. According to DFARS 252.227-7013, the Government cannot release, disclose, or use technical data outside of the Government, or allow others to do so, without written permission from the party that owns the limited rights. INTEREST Interested parties may identify their interest and capability to respond to the requirement no later than 16 April 2025 by emailing todd.stimus@us.af.mil and/or janet.harvey.3@us.af.mil. The Government intends to procure these items using FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. DISCLAIMER This synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6633476a96fc4e79973eae9fd822e3f3/view)
 
Record
SN07477261-F 20250615/250613230048 (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!  © 1994-2024, Loren Data Corp.