SOURCES SOUGHT
R -- MTS-A DMS Retro Fit Market Research Update
- Notice Date
- 12/16/2025 12:36:11 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA850925DB0004
- Response Due
- 1/15/2026 1:00:00 PM
- Archive Date
- 01/30/2026
- Point of Contact
- Darryl Baker, Philip Earthly
- E-Mail Address
-
darryl.baker.6@us.af.mil, philip.earthly.1@us.af.mil
(darryl.baker.6@us.af.mil, philip.earthly.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Original Set Aside: N/A Product Service Code: R425 NAICS code: 334511 Place of Delivery: Robins, AFB Description: THIS IS A SOLE SOURCE REQUIREMENT! The Air Force Life Cycle Management Center (AFLCMC) is updating the market research associated with IDIQ FA850925DB004. This Indefinite Delivery, Indefinite Quantity (ID/IQ) contract supports the Fixed Wing Section for Special Operations Forces/Personnel Recovery (SOF/PR) at Robins, AFB. This ID/IQ contract is for the Production and Support of Raytheon Corporation proprietary Diminishing Manufacturing Sources (DMS) Retro-Fit replacement for the Electro-Optical/lnfrared (EO/IR) Sensor HC-130J and subsystems (hereafter referred to as AN/AAS-54) System. This requirement includes the Retro-Fit Kit development, production line stand-up, Retro-Fit Unit production, Over and Above repairs, initial spares, transportation, and material and services procurements as needed to complete the Retro-Fit requirement. This will be a combination of a Firm Fixed Price (FFP), Cost-Plus-Fixed-Fee (CPFF) and Cost Reimbursement No-Fee (CRNF) pricing arrangement. This contract has a component for supplies/spares that will be shipped by traceable means to the location(s) provided by Appendix B. The applicable NAICS code is 334511 with a business size standard of 1,350 employees. In addition, this procurement will utilize the policies and procedures of FAR Part 15 ""Contracting by Negotiation."" This contract action will result in the award of a logical follow-on 10-year IDIQ contract with a basic 5-year period (5 annual ordering periods), plus a 5-year option for five additional annual ordering periods. A Request for Information (hereafter RFI) was previously posted on SAM.gov on 11 Oct 23. Based on the result of the RFI and other market research conducted, the Government determined that the requirement is Sole Source to Raytheon Company (CAGE: 96214). IAW FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive quotes. The Government is updating the market research for this requirement. Response date of 15 Jan 2026 is requested.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2c5b33a3d0fa4ea883c1444e7ee9a822/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07668106-F 20251218/251216230041 (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 |