F135 Flight Test Support
ID: N0001926C0123Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, intends to award a sole-source contract to Raytheon Technologies Corporation, Pratt and Whitney Military Engines, for F135 Flight Test Support related to the F-35 Lightning II program. This contract will encompass a range of services including flight test support, propulsion system program management, spare parts procurement, and technical engineering support for the F-35 Block 4 upgrades. The F135 propulsion system is critical for the operational capability of the F-35 aircraft, and the contract is expected to be awarded in the first quarter of fiscal year 2027. Interested parties may submit capability statements to Luis F. Pola at luis.pola@jsf.mil, although the government reserves the right to proceed with the sole-source procurement without a formal solicitation.

    Point(s) of Contact
    Luis F. Pola
    luis.pola@jsf.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    F135 Flight Test Support
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    F108 Module 13/15 & 14 LPT Assembly (USAF/USN) Remanufacture
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the remanufacture of the F108 Module 13/15 & 14 Low Pressure Turbine Assembly for both the USAF and USN. This competitive acquisition involves a Five-Year, Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will include five one-year ordering periods from March 2026 to March 2031, with specific minimum and maximum quantities for remanufacture across different models. The F108 engine is critical for the KC-135 aircraft, underscoring the importance of this procurement for maintaining operational readiness. Interested parties should note that the estimated issue date for the solicitation is January 30, 2026, with a closing date of March 2, 2026. For further inquiries, contact Brock May at brock.may@us.af.mil or 405-734-5462, or Brad Bonsall at bradley.bonsall@us.af.mil.
    Support, Fan Componet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    SPEED MAC F100 MULTIPLE AWARD MULTI-YEAR IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a presolicitation for the SPEED MAC F100 Multiple Award Multi-Year Indefinite Delivery Indefinite Quantity (IDIQ) contract program at Tinker Air Force Base. This procurement aims to address the repair, overhaul, remanufacture, and new manufacture of parts for the F100-PW-220/229 Pratt and Whitney engine, which is critical for supporting both U.S. Air Force operations and Foreign Military Sales. The anticipated contract will span ten years, with a five-year base period and an additional five-year option, and will be awarded to all qualified sources, with a focus on firm fixed price and cost-reimbursable line items. Interested parties are encouraged to provide feedback on the draft Request for Proposal by January 16, 2026, and to participate in a virtual Pre-Solicitation Conference in January 2026. For further inquiries, contact Felicia Rogers at felicia.rogers.1@us.af.mil or Roxanne Marquez at roxanne.marquez@us.af.mil.
    Notice of Intent to Sole Source F-35 JPO Unclassified IT Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract extension for unclassified IT services to General Dynamics One Source (GDOS) for the F-35 Joint Program Office (JPO) in Arlington, Virginia. The contract will support the transition of the unclassified IT network to a new data center, encompassing a range of services including program management, cybersecurity, and operations and maintenance. This procurement is critical as it ensures the continuity of services during the migration of classified and unclassified servers, which is essential to avoid data loss and security vulnerabilities. Interested parties may submit capability statements within 15 days of the notice, with the anticipated award date set for on or before January 31, 2026. For further inquiries, contact Sanjana Garg at Sanjana.Garg@jsf.mil or John Meyers at John.Meyers@jsf.mil.
    N0038326RD052
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of critical components used in the F-18 aircraft system. The procurement is focused on one repair CLIN, with Logus Manufacturing Corp. identified as the sole source possessing the necessary repair capabilities, although other responsible sources are encouraged to submit capability statements or proposals. These items are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, potential bidders can contact Shannon K. Hart at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil.
    F-110 Nozzle, Turbine, Aircraft
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is seeking to procure 17 F-110 Aircraft Turbine Nozzles (P/N: 9547M21G07, NSN: 2840-01-597-5184) as part of a presolicitation notice. The procurement aims to fulfill military and space application needs, with an estimated request for proposal (RFP) issue date of September 4, 2025, and a close date of October 6, 2025, requiring delivery of 2 units per month starting January 1, 2026. This acquisition is not set aside for small businesses and will likely be negotiated with General Electric Company due to limited availability, although interested parties may submit capability statements within 45 days for consideration. For further inquiries, interested vendors can contact Jeremy Bryant at 405-855-7112 or via email at Jeremy.bryant@us.af.mil.
    J-85 Seal, Air, Aircraft G
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure J-85 Aircraft G Seal, Air, a critical safety item necessary for aircraft operations. This acquisition involves a sole-source contract for 9 units, with General Electric Company identified as the approved source, and is justified under limited available sources due to the specialized nature of the item. The estimated request for proposal (RFP) issue date is September 5, 2025, with a close date of October 6, 2025, and interested parties are encouraged to submit capability statements within 15 days for commercial items or 45 days for general proposals. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.