Skip to content
Department of Defense

Synopsis of Modernization and Upgrade of the LC-130H Polar Mission aircraft to LC-130J Aircraft

Solicitation: FA850926LC130J
Notice ID: fab11964ea00473faeb7b21320ef54ae
TypeSpecial NoticeNAICS 336411PSC1510Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOHPostedFeb 25, 2026, 12:00 AM UTCDueMar 12, 2026, 09:00 PM UTCCloses in 15 days

Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 12, 2026. Industry: NAICS 336411 • PSC 1510.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA850926LC130J. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336411 (last 12 months), benchmarked to sector 33.

12-month awarded value
$277,140,353
Sector total $20,895,143,149 • Share 1.3%
Live
Median
$104,188
P10–P90
$27,570$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($277,140,353)
Deal sizing
$104,188 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OH
Live POP
Place of performance
Wright Patterson AFB, Ohio • 45433 United States
State: OH
Contracting office
Robins Afb, GA • 31098-1670 USA

Point of Contact

Name
Carolyn Blann
Email
carolyn.blann@us.af.mil
Phone
Not available
Name
Hannah Tuck
Email
hannah.tuck.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • INTELLIGENCE, SURVEILLANCE, RECONNAISSANCE • FA8509 AFLCMC WIUKA
Contracting Office Address
Robins Afb, GA
31098-1670 USA

More in NAICS 336411

Description

The Air Force Life Cycle Management Center (AFLCMC) Special Operations Forces (SOF)/Personnel Recovery (PR) C-130 Division AFLCMC/WIU conducted market research to identify qualified sources to design, develop, and evaluate a new LC-130J Military Design Series (MDS) to replace the aging LC-130H aircraft. The government requires study and technical documentation support to determine the best integration approach for modernizing a newly produced C-130J, produced by Lockheed Martin, to support missions in arctic conditions to include identifying and advising required structural upgrades, avionics, and a range of other 
engineering and analytical supplies and services for this special mission variant fleet. This study will include the design and 
testing of post-production modifications (such as adding a ski-capability, thermal protections, and structural reinforcement) to 
convert a newly produced C-130J into the LC-130J. The LC-130J will be a digital model and replace the LC-130H analog model.

A Justification and Approval (J&A) will be executed using the authority under the Polar Modernization LC-130J program under authority of a Class Justification and Approval (J&A) using Other Than Full and Open Competition in accordance with Exception to Fair Opportunity (EFO) (FAR 16) and Limited Sources Justification (LSJ) (FAR 8). Under this authority, AFLCMC/WIUK intends to award two EMD contracts. One with Lockheed Martin Aeronautics Company (LMAC), Marietta, Georgia, and a second with Sierra Nevada Corporation (SNC), Englewood, Colorado, for unique support activities for the LC-130J Polar Modernization.

Contract type will include a combination of Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF).
 

Any questions should be directed to the buyer/Procuring Contracting Officer (PCO) identified below. If your concerns are not satisfied by the PCO, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the contracting officer, but to communicate serious contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals in the source selection process. When appropriate, potential offerors may contact the Ombudsman, Susan L. Skaggs, at 312-339-2372, or via email at: susan.skaggs@us.af.mil

Anticipated Request for Proposal (RFP) RELEASE DATE: On or About 18 March 2026.

Anticipated RESPONSE DATE: To Be Determined

Anticipated/Estimated Award Date: 30 September 2026

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.