F-35 Lightning II Lots 20-21 SCP
ID: N00019-25-RFPREQ-JSF000-0005Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the F-35 Lightning II Lots 20-21 Special Consent Panels. This procurement is critical as it involves specialized components necessary for the F-35 Lightning II program, which is vital for maintaining the operational capabilities of the U.S. military's advanced fighter aircraft. Interested parties have the opportunity to submit capability statements within fifteen days of this notice, although the contract is expected to be awarded in the second quarter of calendar year 2026. For further inquiries, Nicole Lawrence can be contacted at Nicole.Lawrence@jsf.mil, and small businesses interested in subcontracting should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    F135 Propulsion System Engineering and Logistics Studies, Modifications, and Sustainment Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a Basic Ordering Agreement (BOA) to RTX Corporation, Pratt & Whitney Military Engines, for engineering and logistics studies related to the F135 Propulsion System. The procurement aims to support the F135 Modifications Program by conducting investigations and providing sustainment support for the F135 fleet, leveraging Pratt & Whitney's unique expertise as the original designer and manufacturer of the propulsion system. This opportunity is critical for maintaining the operational readiness and performance of the F-35 Lightning II aircraft. Interested parties may submit capability statements, proposals, or quotations within fifteen days of this notice, and should direct inquiries to Alexander Chakrin at Alexander.Chakrin@jsf.mil or George Hubbard at George.Hubbard@jsf.mil.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    ACT/Lockheed spare aircraft parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    LRASM Production Acceptance Testing (PAT) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations with Lockheed Martin Corporation-Missiles Fire Control (LMMFC) for Production Acceptance Testing (PAT) support related to the Long-Range Anti-Ship Missile (LRASM). The contract will be awarded as a Cost-Plus Fixed Fee Delivery Order under Basic Ordering Agreement N00019-23-G-0002, focusing on tasks necessary for conducting the PAT event. Lockheed Martin is uniquely qualified to fulfill these requirements due to its role as the sole designer, developer, and manufacturer of the LRASM, possessing the necessary expertise and technical data. Interested parties may submit capability statements or proposals for consideration, but the Government retains discretion over the competitive process. For further inquiries, contact Rebecca Johnson at rebecca.r.johnson47.civ@us.navy.mil or Teresa Mellies at teresa.r.mellies.civ@us.navy.mil.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    N0038325PR0R874 Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for a sole-source procurement related to the repair of a PANEL, COMM CNTRL (NSN: 1R9999LLCGIZ747, P/N: 5502304-001), with a total quantity of six units. This procurement is classified as Foreign Military Sales (FMS) repair and is not set aside for small businesses, with the government intending to negotiate with only one responsible source under Source Authority 10 U.S.C. 2304(c)(1) and FAR 6.302-1. The solicitation is expected to be released around December 17, 2025, with a closing date for responses on January 16, 2026; interested parties should submit their capabilities and qualifications via email to the NAVSUP WSS N7 Contract Specialist, Gina Sassane, at gina.p.sassane.civ@us.navy.mil.
    NAWCAD Jet Blast Deflector (JBD) Panels, P/Ns 626145-6, -7 and -8
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division in Lakehurst, New Jersey, intends to award a sole source Firm-Fixed price contract for the manufacture of Jet Blast Deflector (JBD) cooling panels, specifically part numbers 626145-6, -7, and -8, to support upgrades for the CVN 75 Joint Strike Fighter as part of the Nimitz Class Launcher Program. The contractor will be required to produce these panels in accordance with government specifications, as they are classified as Critical Application Items (CAIs), necessitating procurement from a vendor with the requisite qualifications, namely The Entwistle Company LLC. This procurement is justified under the authority of 10 USC 3204 (a) (1) and FAR 6.302-1, indicating that no other vendors are currently qualified to meet the stringent requirements. Interested parties are encouraged to submit proposals to Kelly Gray at kelly.e.gray13.civ@us.navy.mil, although the government retains discretion over whether to open the requirement to competition.
    AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA) Production and Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking to award a contract for the production and engineering support of the AN/BQS-25 Lightweight Low Cost Conformal Array (LwLCCA). This contract, intended for Lockheed Martin Corporation, will encompass a five-year period, including one base year and four optional years, and will provide engineering and technical support, production of LwLCCAs, and spare parts for submarines. The LwLCCA is crucial for enhancing situational awareness and collision avoidance in high-density environments, particularly in shallow water and littoral zones. Interested parties may submit capability statements within 15 days of this notice, and should direct inquiries to Candace Magelitz or Ashley Houghton at the provided contact information. The government will not reimburse any costs incurred in responding to this notice.