Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
ID: FA857924R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the Electro-Optical Targeting System (EOTS) Gap Analysis Service, with a focus on software sustainment capabilities at Robins Air Force Base in Georgia. The procurement aims to conduct a comprehensive gap analysis related to the F35 TR2 EOTS, requiring the contractor to deliver various technical reports and data submissions as outlined in the Contract Data Requirements List (CDRL). This analysis is critical for ensuring the operational integrity and effectiveness of the EOTS, which plays a vital role in military operations. Interested parties can reach out to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further details, with the contract's performance expected to commence following the award.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Air Force's Performance-Based Work Statement (PWS) pertains to a gap analysis for the Electro-Optical Targeting System (EOTS) of the F-35 Joint Strike Fighter, particularly focused on establishing software sustainment capabilities at the 402nd Software Engineering Group (402 SWEG) at Robins Air Force Base, Georgia. The document outlines a detailed structure, including a description of services, background information, basic services, deliverables, and security requirements. It specifies periods for phase-in, execution, and phase-out, alongside numerous deliverables with stringent deadlines and quality standards. Key objectives include identifying tasks, data, and infrastructure necessary for software sustainment, ensuring compliance with logistics capabilities per 10 U.S.C. 2464, and facilitating coordination between government and contractor personnel. The contractor's responsibilities involve meticulous documentation and deliverables related to personnel support, facilities, networking, lab environments, software development, training, operations, and quality management. Furthermore, the PWS emphasizes the importance of auditing, cybersecurity, and environmental safety in maintaining compliance and operational integrity during project execution. Overall, this document facilitates both accountability and the systematic approach necessary for effective software sustainment within military operations.
    The U.S. Air Force's 402d Software Engineering Group (402 SWEG) has issued a Performance-Based Work Statement (PWS) for a contractor to assist in establishing software sustainment capability for the F-35 Joint Strike Fighter's Electro-Optical Targeting System (EOTS) TR2 Operational Flight Program (OFP). Key components of the contract include a 35-day phase-in, 263-day execution, and a 79-day phase-out period focused on delivering specific documentation, assessments, and site visits. The contractor is responsible for identifying staffing requirements, facilities management, information technology needs, and maintaining necessary security clearances. Deliverables must follow a structured timeline, with frequent reporting and quality assurance measures, including group evaluations and inspections by the government representatives. The emphasis on compliance with logistics and security requirements, as well as thorough documentation of development and testing processes, underlines the importance of timely support to uphold operational readiness and capability for the F-35 program. The document delineates the procedures surrounding contractor responsibilities, security requirements, and comprehensive documentation needed for effective collaboration with the government team.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL), issued by the Department of Defense. It outlines the requirements for submitting technical data related to a specific contract, in this case, concerning the F35 TR2 EOTS Gap Analysis being conducted by Lockheed Martin. The form details entries including contract references, data item numbers, titles, authorities, delivery frequency, distribution statements, and submission deadlines. The report is categorized under Technical Report for study/services, emphasizing that the contractor must submit required data promptly and ensure compliance with distribution restrictions. The CDRL specifies that the document is a one-time report, with the potential for revisions as necessitated by the Government's Functional Service Managers. It also emphasizes the format needed for the submission and outlines the responsibilities of both government personnel and contractors regarding data pricing and administrative compliance. Overall, the purpose of this CDRL is to formalize the requirements for data that supports the government's acquisition and operational needs, ensuring proper oversight and management of technical documentation throughout the contract's lifecycle.
    The document outlines the Contract Data Requirements List (CDRL) for a specific government contract related to the F35 TR2 EOTS Gap Analysis, awarded to Lockheed Martin. It details various sections, including contractor information, data item descriptions, submission timelines, and distribution requirements. Key points include the submission of a Technical Report concerning Facilities Management, specifying one-time delivery with updates as needed, and the requirement for proper formatting according to DI-MISC-80508B/T. The distribution is limited to U.S. Government Agencies and their contractors for administrative purposes, protecting sensitive operational data. Submission of reports must occur promptly, with deadlines established by the Program Manager. The instructions clarify the procedure for completing the DD Form 1423, emphasizing the significance of ensuring data compliance with Government requirements. This document plays a critical role in maintaining accountability and clarity in the contractual obligations involved in government procurement processes.
    The document is the DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific project concerning the F35 TR2 EOTS Gap Analysis, contracted to Lockheed Martin. It details a single data item with specifications on submission frequency, required documents, distribution, and estimated costs associated with delivering a Technical Report on Network Topology. The CDRL specifies data submission timelines, including a first report due 105 calendar days after contract initiation and subsequent updates upon request of the Program Manager. Distribution of technical data is restricted to U.S. Government agencies and contractors to safeguard sensitive information. The form includes guidance for both government personnel and contractors on completing various sections, providing a structured approach to detailing requirements for technical data needed to support government contracts. This document is essential in managing contract deliverables and ensuring the integrity and security of technical data associated with defense contracts.
    The DD Form 1423-1 outlines the requirements for submitting contract data, specifically for the F35 TR2 EOTS Gap Analysis conducted by Lockheed Martin. This document details the logistics of the Contract Data Requirements List (CDRL) including the type of data expected, submission dates, deliverables, and distribution requirements. It specifies that a Technical Report must be submitted to the Government 105 days after the contract start, with the potential for revisions upon request. Classified as technical data, this report is intended for U.S. Government Agencies and their contractors, highlighting the importance of protecting sensitive operational data. The form includes sections for indicating the nature of the data item, responsible offices, delivery formats, and any additional remarks. Additionally, it categorizes the data items into distinct price groups to facilitate cost estimation, depending on the nature and effort required to produce the data needed for contract compliance. The overall purpose of the form is to ensure proper documentation and accountability in data submissions critical to fulfilling government contracts.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific contract related to the F35 TR2 EOTS Gap Analysis, awarded to Lockheed Martin. It specifies various data items required from the contractor, including a Technical Report focused on software development. The CDRL details submission timelines, distribution requirements, and approval processes. Key sections highlight data item's format, frequency of submissions, and the responsibilities of involved government personnel, including the Contracting Officer and representatives. The report must be submitted within 105 calendar days from the contract's start and updated as needed. Information is protected under distribution statements to regulate technical data sharing among agencies. The CDRL serves to ensure that critical data is collected in adherence to government specifications, aiding in effective oversight of the contractor's deliverables to align with federal requirements and operational standards.
    The document is a DD FORM 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific contract related to the F35 TR2 EOTS Gap Analysis, awarded to Lockheed Martin. The primary purpose of this form is to detail the necessary data items that must be delivered by the contractor as dictated by the contractual terms. The CDRL specifies various elements including the data item title, submission dates, distribution requirements, and the contractor's responsibilities for providing technical data and reports. Key points include the identification of data items required for the contract, the specifications for the format and content of submissions to align with government standards, and the classification of distribution to protect sensitive information. The form indicates that one training technical report is required initially, with possible updates as requested by the Program Manager. Additionally, it outlines costs associated with preparing the data items categorized into different price groups, essential for budget consideration. Overall, the document plays a critical role in ensuring contractors understand their obligations regarding data delivery, contributing to the efficient management and execution of government contracts related to defense and technical services.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for the F35 TR2 EOTS Gap Analysis conducted by Lockheed Martin. It serves as a formal documentation process required by the Department of Defense, detailing data items related to contracts. The form requires essential information from contractors, including the data item number, title, submissions, distribution, and pricing groups, which categorize the data item's significance to the contract's execution. The CDRL specifies that the contractor will submit a Technical Report related to operations and processes as a one-time report, with revisions as needed. Distribution is limited to U.S. Government Agencies and designated contractors for administrative or operational use. The document emphasizes regulatory compliance and structured submission processes central to government contracting, reflecting the meticulous oversight necessary for quality assurance of defense-related projects. This CDRL ultimately facilitates effective communication between the contractor and the government, ensuring that technical data requirements align with project goals.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL) central to the Department of Defense (DoD) contracting process. Its primary purpose is to outline technical data requirements for contracts, specifically detailing submission formats, distribution statements, and approval responsibilities for contractors. The specific contract pertains to the F35 TR2 EOTS Gap Analysis with Lockheed Martin, stipulating a single technical report due as soon as generated, with updates upon request from the Program Manager. The CDRL specifies requirements such as the frequency of submissions, distribution to authorized government personnel, and the necessity of a final submission by a designated date. Technical data is categorized for protection and operational use, ensuring information is not disseminated without proper authorization. Additionally, the document includes structured instructions for completing each section related to data item identification, contractor responsibilities, pricing, and submission processes. Overall, this form plays a crucial role in managing data deliverables in defense contracts, ensuring that contractors provide necessary technical documentation that meets government standards.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the Department of Defense, outlining specific data requirements for contracted services. This document details the roles of the contractor, including the submission of a Quality Control Plan within 15 days post-award to ensure service quality and address any potential defects. The CDRL highlights the importance of protecting administrative and operational data, restricting distribution to U.S. Government Agencies and their contractors only. Key sections include identification of contract line items, data item numbers, titles, required frequencies, and distribution details. Contractors must categorize data items as Technical Data Packages, Technical Manuals, or other relevant data types, ensuring compliance with established government specifications. Additional guidance is provided for pricing data items according to their necessity and government requirements, detailing four distinct price groups based on the item's role in the contract. In essence, this form facilitates structured communication of data expectations between the government and contractors, aiming for rigorous quality management while safeguarding sensitive information.
    The document is a DD Form 1423-1, which serves as a Contract Data Requirements List (CDRL) for the U.S. Department of Defense. It outlines specific data item requirements related to a contract for Lockheed Martin involving accident and incident reporting under the F35 TR2 EOTS Gap Analysis. Key details include submission timelines, distribution requirements, and formatting standards for reports. The form specifies that Accident/Incident Reports are mandatory within one hour of a mishap, with updates required as requested by the Safety office. The distribution of reports is restricted to U.S. Government agencies and their contractors for administrative or operational use. Instructions for completing the form are included, detailing the purpose for each data field. Ultimately, the CDRL ensures contractors meet the government's data needs while adhering to pertinent regulations and policies, facilitating effective oversight and compliance during the contract lifecycle. This document exemplifies the structured approach of federal RFPs and grants, ensuring transparency and accountability in government contracts.
    The document outlines a solicitation for a government contract focused on commercial products and services specifically aimed at supporting women-owned small businesses (WOSB). It details the requisition number, solicitation issue date, and critical contact information for inquiries. The contract includes a defined period for services, including phase-in, phase-out, and execution periods, with specific deadlines for deliverables. Included within the contract are various items listed for services and technical reports, with firm fixed pricing arrangements. Compliance with the Federal Acquisition Regulation (FAR) is emphasized, along with stated clauses from the Defense Federal Acquisition Regulation Supplement (DFARS). The document also delineates payment protocols, including electronic submission details. Overall, this RFP serves as a formal request for quotes from contractors, reinforcing the government’s commitment to engaging small, women-owned businesses while adhering to federal procurement policies and regulations.
    The document is a Women-Owned Small Business (WOSB) solicitation for a contract involving commercial products and services, specifically related to software support at Robins AFB, Georgia. The solicitation outlines the requisition details, including contract and solicitation numbers, issue dates, and a point of contact for inquiries. The proposal encourages participation from small businesses, offering a set-aside for economically disadvantaged women-owned small businesses (EDWOSB) and emphasizing the importance of supporting small business concerns through defined objectives. The proposal includes a structured approach for project delivery, divided into phases: a 35-day phase-in period, a 263-day execution phase, and a 79-day phase-out period for support and follow-up inquiries. Deliverables are specified in a Performance Work Statement (PWS) and include technical reports governed by various data category codes. Additionally, it integrates various federal acquisition regulations and clauses to ensure compliance, particularly with regard to inspection and acceptance, payment instructions, and contractor obligations. These measures facilitate a transparent process aimed at enhancing efficiency and effective contract management. Overall, the document reiterates the government’s commitment to promoting small business participation in federal contracts while ensuring adherence to established procurement standards.
    This document serves as an amendment to a federal solicitation, extending the submission deadline for offers related to a contract for software support at Robins Air Force Base. The amendment modifies the scope by updating the Performance Work Statement (PWS) and adjusting the period of performance for specific contract line item numbers (CLINs 0001-0003). The new deadlines shift the response due date from October 24, 2024, to March 3, 2025, and revise the performance periods for delivery of services. The document emphasizes the importance of acknowledging receipt of this amendment and the consequences of failing to do so, which may result in the rejection of offers. It also outlines how to execute changes to previously submitted offers. Specific modifications to the timeline and phases of contract execution are detailed, with attachments providing additional context. The amendment reinforces the continuity of all other terms and conditions of the original solicitation, thereby ensuring consistency in procurement processes. This update highlights the government's active management of contract timelines to accommodate necessary administrative adjustments while maintaining compliance with acquisition regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source: 77794 - OPIR NEXT GEN SATELITE GAP ANALYSIS
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking a contractor for a sole source contract titled "OPIR NEXT GEN SATELLITE GAP ANALYSIS." The primary objective of this procurement is to conduct a gap analysis for the Next-Generation Overhead Persistent Infrared (Next-Gen OPIR) program, transitioning from the Space Based Infrared System (SBIRS) to new satellite systems while assessing software sustainment capabilities at the 309th and 402nd Software Engineering Groups. This analysis is critical for ensuring the effectiveness of satellite systems that provide early warnings of ballistic missile threats. Interested parties can contact Patrick Hulett at patrick.hulett@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil for further details. The contract will involve a structured timeline with specific deliverables and is expected to be executed in Warner Robins, Georgia.
    F-15E/EX Radar Modernization Program (RMP) Non-Radar Depot Activation – Molecular Sieve Oxygen Generating System (MSOGS)
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable contractors for the F-15E/EX Radar Modernization Program (RMP) focused on the activation and sustainment of the Molecular Sieve Oxygen Generating System (MSOGS). The selected contractor will be responsible for providing maintenance and repair technical orders, spare parts, engineering support, and comprehensive training materials for USAF technicians, ensuring compliance with safety and operational standards. This initiative is crucial for enhancing the depot capabilities of the F-15E/EX systems, thereby maintaining operational readiness for the United States Air Force. Interested firms must submit their capabilities packages by 4 PM EST on February 25, 2025, to Valerie Neff at valerie.neff@us.af.mil, and should be registered in the System for Award Management (SAM) database to be eligible for contract consideration.
    WRAFB Series 700 Target Generator Reverse Engineering - Sources Sought
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking sources for the reverse engineering of the WRAFB Series 700 Target Generator, with a focus on developing a new modulation controller that replicates the original equipment's fit, form, and function. The contractor will be responsible for designing, prototyping, and manufacturing the new units, which must maintain compatibility with existing systems while incorporating modern components. This project is critical due to the obsolescence of the original equipment manufacturer, ensuring the continued operational capability of Air Force missions. Interested parties should submit their responses by February 25, 2025, at 12:00 pm, and can contact Margaret Gaskill at margaret.gaskill.1@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further information.
    OTPS PHASE 2 - NEXT GENERATION JAMMER (NGJ)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking industry input for the Next Generation Jammer Mid-Band (NGJ-MB) System Operational Test Program Set (OTPS) Phase Two Development. This procurement aims to acquire three OTPS units for depot-level testing and repair, focusing on management, logistics, cybersecurity, integration, and testing for Automated Test Equipment (ATE) and Test Program Sets (TPS) that support Units Under Test (UUTs). The initiative is critical for enhancing operational capabilities and maintaining equipment readiness for the NGJ-MB program, building on the foundational work completed in Phase One with Raytheon Company. Interested parties must submit their responses, not exceeding ten pages, by January 17, 2025, to the designated contacts, Desiree Pendleton and Melissa Bucci, via email.
    Presolictation Notice - Eglin Operations and Maintenance Services (EOMS) IIs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operation and maintenance support at Eglin Air Force Base in Florida. The procurement encompasses a wide range of services, including labor for the Eglin Range and Army Training Ranges, technical directives, and travel expenses, all governed by the Performance Work Statement (PWS) and federal acquisition regulations. This contract is critical for maintaining and enhancing military training and operational capabilities, ensuring mission readiness through effective resource management and compliance with safety standards. Interested contractors should direct inquiries to Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
    ATFLIR Repair Requirements in Support of FMS
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support, is soliciting proposals for the repair of ATFLIR (Advanced Targeting Forward-Looking Infrared) systems in support of Foreign Military Sales (FMS). The procurement aims to ensure the operational readiness and reliability of these critical aircraft components, which play a vital role in advanced targeting and reconnaissance missions. Interested contractors should note that the opportunity falls under the NAICS code 336413, focusing on Other Aircraft Parts and Auxiliary Equipment Manufacturing, and the PSC code 1680, which pertains to Miscellaneous Aircraft Accessories and Components. For further inquiries, potential bidders can contact Erin Dolan at 215-697-2995 or via email at erin.e.dolan11.civ@us.navy.mil.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to provide Contractor Logistic Support (CLS) for the LITENING AN/AAQ-28 system, as outlined in the presolicitation notice FA8540-24-R-0007. The procurement focuses on comprehensive management, engineering, production, repair, and logistics support for the LITENING Advanced Targeting Pod System (LTPS) over a potential ten-year period, with an emphasis on maintaining a 92% availability rate and ensuring compliance with military specifications. This contract is critical for sustaining operational readiness and effectiveness of military operations, highlighting the importance of rigorous quality management and data compliance. Interested contractors should submit their proposals, including detailed cost breakdowns and compliance documentation, by May 1, 2025, and may contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil for further information.
    EOC 4
    Buyer not available
    The Department of Defense, through the Office of Naval Research, is soliciting proposals for the Electro Optics Technology Center of Excellence (EOCOE 4), with an indefinite-quantity contract valued at up to $99 million. The primary objective is to manage and conduct research on Navy Manufacturing Technology (ManTech) projects, focusing on the development of advanced manufacturing technologies while ensuring compliance with stringent security protocols. This initiative is crucial for enhancing the Navy's operational capabilities and addressing manufacturing challenges, particularly in the context of national defense. Interested parties should direct inquiries to Ellen C. Reed at ellen.c.reed.civ@us.navy.mil or Miranda Fleck at miranda.g.fleck.civ@us.navy.mil, with proposals due by February 13, 2025.
    Repair of E-3 RCU Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the E-3 Recording Control Unit (RCU) as part of Purchase Request FD2060-25-00168. The primary objective is to ensure timely repairs of critical components, including the Digital Flight Data Recorder, Cockpit Voice Recorder, and Crash Position Locator, with a required turnaround time of 60 calendar days and strict quality control measures in place. This procurement is vital for maintaining the operational readiness of the E-3 AWACS aircraft, which supports essential missions for the United States Air Force. Interested parties should contact James Daniel Faulkner at james.faulkner.8@us.af.mil or Lachell West at lachell.west@us.af.mil for further details, as the contract spans one year and does not require security clearances for contractor personnel.
    F-15 Automated Weight and Balance System Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking vendors for the F-15 Automated Weight and Balance System (AWBS) support, focusing on software maintenance for the Automated Form F (AFF) utilized in flight clearance for USAF aircraft. The procurement aims to gather capabilities, experience, and interest from both large and small businesses to provide engineering technical services over the next five years, including help desk support, software maintenance, and updates related to aircraft loading configurations. This initiative is crucial for ensuring aircraft safety and operational efficiency within the USAF. Interested parties must respond by February 26, 2025, providing detailed company information and completing a capability survey, with inquiries directed to Brenton Gibson at brenton.gibson@us.af.mil or Tyler Smith at tyler.smith.53@us.af.mil.