C-130H Formation Position System Draft RFP
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force has issued a Special Notice for a Draft Request for Proposals (RFP) concerning the C-130H Formation Position System (FPS) Replacement. This notice is for planning purposes, seeking industry feedback on program requirements for Engineering and Manufacturing Development (EMD) and Production and Deployment (P&D) support. The project aims to replace the existing C-130H FPS due to Diminishing Manufacturing Source (DMS) issues and interference from commercial 5G signals, ensuring safe and effective C-130H3 aircraft operations. Feedback and questions are encouraged.
Scope of Work
The effort involves the modification of up to 54 C-130H3 aircraft and 7 C-130H flight training devices. Key activities include:
- Design, integration, qualification, ground and flight testing.
- Production and installation of trial kits and up to 51 modification kits.
- Development of training, Technical Data Packages (TDP), and Technical Orders (TOs).
- Certification, verification, initial spares determination, and identification of Support Equipment (SE).
- Updating training devices and providing Interim Contractor Support (ICS) for sustainment. The new FPS must be interoperable with the C-130J FPS solution and operate safely in 5G environments.
Contract & Timeline (Draft)
- Type: Anticipated single contract with a base period of 3 years and four 1-year options.
- Set-Aside: No specific set-aside, but small business participation requirements are detailed, and a Small Business Subcontracting Plan is required for large businesses.
- Eligibility: U.S. companies; foreign-owned or foreign-influenced U.S. subsidiaries may be considered.
- Anticipated Award: January 2027.
- Place of Performance: Primarily Dayton, OH, with Government-identified test locations and aircraft induction sites.
- Draft Proposal Due: DD Mmm 2027 (specific date to be determined in final RFP).
Evaluation Factors (Draft)
Proposals will be evaluated based on an integrated assessment of three primary factors:
- Technical Excellence: Significantly more important than Price, evaluated through Management Capability and Systems Engineering subfactors. Offerors must meet Measures of Merit (MoM) and achieve a Moderate or Low risk rating.
- Past Performance: Approximately equal in importance to Technical Excellence, assessing recency, relevancy, and quality of past efforts.
- Price: Evaluated for completeness, reasonableness, and Total Evaluated Price (TEP), but less important than Technical Excellence and Past Performance.
Submission Requirements (Draft)
Proposals are to be submitted in five volumes: Executive Summary, Technical Excellence, Past Performance, Price, and Contract Documentation. The Past Performance Volume is due 30 days prior to the final proposal submission deadline. Offerors must execute a Non-Disclosure Agreement with advisory companies.
Additional Notes
This is a Draft RFP for planning purposes only and does not constitute a formal solicitation. The Government encourages questions, comments, and feedback to the attached documentation. Funds are available through the Spectrum Relocation Funding (SRF) program. Contact Aaron Christy (aaron.christy@us.af.mil) for inquiries.