Contractor Kit Installation (CKI ) 2 of the Combined Block 7.0/8.1 Upgrade Modification to the United States Air Force(USAF) C-130J Fleet

SOL #: FA862524RB001Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8625 AFLCMC WLNK C130
WPAFB, OH, 45433-7222, United States

Place of Performance

Fairborn, OH

NAICS

Aircraft Manufacturing (336411)

PSC

Installation Of Equipment: Aircraft Components And Accessories (N016)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 9, 2026
2
Response Deadline
Feb 3, 2026, 1:30 AM

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 is conducting a Sources Sought (RFI) for Contractor Kit Installation (CKI) 2 of the Combined Block 7.0/8.1 Upgrade Modification for the USAF C-130J Fleet. This market research aims to identify qualified small business sources capable of performing these modifications on approximately 115 C-130J and HC-130J aircraft. Responses will inform whether this effort can be pursued as a partial or total Small Business Set-Aside. Responses are due February 2, 2026.

Purpose & Scope

This RFI seeks to determine the existence and interest of prospective qualified small businesses for the Block 8.1 aircraft modification program. The scope involves installing Government-furnished Block 7.0/8.1 modification kits, which include numerous software upgrades, new Communications Navigation and Identification System Processor (CNI-SP), Link-16, new Pilot and Co-pilot Control Wheels, new Civil Global Positioning System (GPS), new mission computer, upgraded Data Transfer and Diagnostic System (DTADS), new Identification Friend or Foe (IFF) Transponder Mode 5, enhanced internal-communication system (ICS), SATCOM Data Link, improved public address (PA) system, and covert lighting aft of the cargo ramp.

The work includes aircraft induction, inspections, installation, weights and balance, Quality Assurance (QA), Ground Tests, and Functional/Acceptance Check Flights. Each modification is expected to be completed in 130 days or less, with additional time for the first two of each variant. For approximately 23-25 C-130J aircraft with Dynamic Re-tasking Capability (DRC), the scope also includes removal of conflicting hardware, installation of Government-furnished DRC de-confliction kits, and manufacturing of cargo compartment insulation blankets. The USAF anticipates modifying 15-21 aircraft per year, with the contract commencing in 2027.

Key Requirements & Capabilities

Respondents should demonstrate capabilities in:

  • Facility Requirements: Hangar space, kit storage, facility clearance, COMSEC account, and office space for government personnel.
  • Technical Expertise: Experience with C-130J OEM (Lockheed Martin), general aircraft maintenance, non-destructive testing (NDT), tool/equipment calibration, and insulation blanket manufacturing/repair.
  • Personnel: Qualified and certified maintenance technicians with C-130J experience, including Secret clearances.
  • Management: Compliance with applicable Technical Orders (TOs)/Time Compliance Technical Orders (TCTOs), AS9100 Quality Management System (QMS), Integrated Master Schedule (IMS) development, risk management, configuration management, and secure data handling.

Contract & Timeline

  • Type: Sources Sought (Request For Information)
  • Set-Aside: Market research to determine potential partial or total Small Business Set-Aside. All small business types are encouraged to respond.
  • Response Due: February 2, 2026 (close of business)
  • Published: January 9, 2026
  • Anticipated Contract Start: 2027

Response Instructions

Responses to the RFI questionnaire, along with any additional information (limited to 10 pages), must be submitted electronically to PCO Casey Murphy and Sarah Woods at AFLCMC.WLNN.Contracting.CKI2@us.af.mil. Technical documents (TOs/TCTOs) are available upon request via DOD SAFE.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 9, 2026
Contractor Kit Installation (CKI ) 2 of the Combined Block 7.0/8.1 Upgrade Modification to the United States Air Force(USAF) C-130J Fleet | GovScope