C130-E3 Power Supply
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 U.S. Air Force (422nd SCMS) is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the repair/overhaul of a Power Supply (NSN: 6130-01-436-0627, Part Number: 154BS101-1) for C-130 & E-3 aircraft. This is not a solicitation, but aims to determine if the requirement can be competitively procured or set aside for small businesses. Responses are due May 8, 2026.
Purpose & Scope
The government seeks to identify qualified contractors capable of furnishing all labor, material, facilities, and equipment for the repair, test, preservation, packaging, and return of completely serviceable units. This includes comprehensive supply chain management, logistics, forecasting, procurement of long-lead and reparable parts, obsolescence management, and delivery. The estimated repair requirement is for 41 units (BASIC), with six options for an additional 41 units each.
Place of Performance
The place of performance for this requirement is Tinker AFB, OK 73145 USA.
Technical Data & Source Approval
Potential sources must be aware that the government does not possess associated technical data for this item. Contractors are responsible for independently acquiring all necessary technical data, including Technical Orders (TOs) and engineering drawings. TOs can be requested from the Tinker AFB Public Sales Office (fee: $65 per TO, 30-day processing, requires DD Form 2345). Engineering drawings can be requested using the "Request for Engineering Drawings" form (fee: $30 per line, minimum $150, requires DD Form 2345).
Furthermore, potential sources must complete a Source Approval Request (SAR) package as specified in the "Repair/Remanufacture Qualification Requirements" (RQR-848). SAR packages, detailing technical data rights, quality assurance, and item specifications, are submitted to the AFSC Small Business Office for evaluation and approval.
Eligibility & Set-Aside
This market research is open to all business sizes, including Large Business, Small Business, Small Disadvantaged Businesses, 8(a)s, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses. The applicable NAICS Code is 336413 (Aircraft Manufacturing) with a Size Standard of 1250 employees.
Submission Details
Interested sources must select the "ADD ME TO INTERESTED VENDORS" button on SAM.gov. Additionally, Part I (Business Information) of the document should be submitted via email to 422scms.rfi.responses@us.af.mil. Questions regarding this notice should also be directed to this email address. The response deadline is May 8, 2026, at 8:00 PM EDT.
Additional Notes
This Sources Sought Synopsis is for market research purposes only. No contract will be awarded from this notice, and no funds are available to fund the information solicited. Oral submissions are not acceptable.