Special Mission Variant (SMV)
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 (AFLCMC/WIS and AFLCMC/WIU) intends to award a sole-source Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Lockheed Martin Aeronautics (CAGE #98897) for Special Mission Variant (SMV) support. This notice is a proposed contract action, not a request for competitive proposals. However, other responsible sources may submit capability statements for future consideration. Responses are due May 6, 2026.
Opportunity Details
This acquisition targets integrated services for planning, executing, and delivering capability modifications, alongside engineering, logistics, and analytical support for AC/HC/MC-130J special mission variant fleets. Support requirements originate from Wright-Patterson AFB, OH, and Robins AFB, GA.
Contract & Timeline
- Type: Sole-Source ID/IQ (Other than Full and Open Competition)
- Awardee (Intended): Lockheed Martin Aeronautics
- Duration: Six (6) years with a six (6) month option to extend (total 6.5 years)
- Period of Performance: Anticipated FY27 - FY32
- Set-Aside: None (Sole-Source)
- Response Due: May 6, 2026, 7:30 PM ET
- Published: March 20, 2026
Justification & Evaluation
The sole-source award is justified under 10 U.S.C. 3204(a)(1) / FAR 6.302-1, citing "Only One Responsible Source." Market research indicates that only Lockheed Martin possesses the necessary capabilities for Aircraft Acquisition Management and Systems Engineering Support, and competition would pose unacceptable risk and substantial cost duplication. The Justification & Approval (J&A) will be publicly available on SAM.gov within 14 days of contract award.
Response Instructions
This is not a request for competitive proposals. However, responsible sources may submit a capability statement, proposal, or quotation for government consideration. Any response must provide clear and convincing evidence that competition would be advantageous for future procurements. Inquiries should be directed via email to the designated points of contact: Stephanie English (stephanie.english@us.af.mil) or Samantha Kirk (samantha.kirk.1@us.af.mil).