MODIFICATION
J -- Joint Propeller Sustainment Solution (JPSS)
- Notice Date
- 3/24/2026 6:35:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- FA8504 AFLCMC WLNKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA850426R0001
- Response Due
- 4/30/2026 9:00:00 AM
- Archive Date
- 12/01/2026
- Point of Contact
- Megan Salter, Erica Carter
- E-Mail Address
-
megan.salter@us.af.mil, erica.carter.3@us.af.mil
(megan.salter@us.af.mil, erica.carter.3@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Combined Synopsis/Solicitation FA850426R0001 IAW the Revolutionary FAR Overhaul 12.202(1)(i): This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number FA8504-26-R-0001 is issued as a request for proposal (RFP) for the sustaining engineering, logistics support, maintenance, technical, logistics, and overhaul repair service efforts required for Contractor support of the Dowty R391 propeller, Line Replaceable Units (LRU), and O-level parts supply utilized by the U.S. Air Force (USAF), Naval Air Systems Command (NAVAIR) [which oversees the following: U.S. Navy (USN), U.S. Marine Corps (USMC), and USMC-Reserves (USMC-R)], U.S. Coast Guard (USCG), and Foreign Military Sales (FMS) customers (hereinafter the term �Government� means the USAF, USN, USMC, USMC-R, USCG, FMS partners, and other United States Government (USG) agencies) on all variants of the C-130J aircraft. The Contractor shall perform unit support, supply support, depot support services, and collect, develop and deliver limited data In Accordance With (IAW) the requirements contained herein, and the applicable Contract Data Requirements Lists (CDRL). This effort includes the provision of materials and services that the Contractor shall provide to sustain the propulsion systems in peacetime and contingency operations. This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The Defense Priorities and Allocations System (DPAS) assigned rating is DO.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/90600fd27da14cde885b1655180b747a/view)
- Place of Performance
- Address: Sterling, VA, USA
- Country: USA
- Country: USA
- Record
- SN07754145-F 20260326/260324230042 (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 |