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
  1. 1
    Posted Sep 20, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
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, to be awarded to Lockheed Martin Corporation. This procurement aims to conduct a comprehensive gap analysis to establish software sustainment capabilities for the F-35 Joint Strike Fighter at Robins Air Force Base in Georgia, focusing on critical operational and technical data requirements. The contract will involve the submission of various technical reports, including a Quality Control Plan and Accident/Incident Reports, with strict adherence to submission timelines and distribution restrictions to safeguard sensitive information. 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 regarding this opportunity.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 5:05 PM UTC
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.
Feb 6, 2025, 1:07 PM UTC
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.
Mar 25, 2025, 5:05 PM UTC
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.
Mar 25, 2025, 5:05 PM UTC
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.
Feb 6, 2025, 1:07 PM UTC
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.
Mar 25, 2025, 5:05 PM UTC
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.
Mar 25, 2025, 5:05 PM UTC
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
Solicitation
Similar Opportunities
F-35 Lightning II Lots 20-21 SCP
Buyer not available
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.
Sole Source Pre-Solicitation: Follow-on Sustainment of Lockheed Martin Proprietary Components to the AEWS AN/FPS-117 Radar System
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract to Lockheed Martin Corporation for the follow-on sustainment of proprietary components related to the AEWS AN/FPS-117 Radar System. This contract will encompass a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a potential six-month extension, aimed at providing comprehensive Contractor Logistic Support (CLS) services, including engineering, program management, and emergency services for the radar system. The AEWS is critical for atmospheric early warning and consists of 27 operational sites across Alaska, Canada, and Hawaii, with the contract performance expected to include various hardware and software assemblies essential for maintaining operational readiness. Interested parties may submit capability statements or inquiries to Christopher Jarman or Cameron Tucker via the provided email addresses, with responses due by the specified deadline.
F-15 ENGINEERING TECHNICAL ANALYSIS (Robins AFB, GA)
Buyer not available
The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential contractors for engineering advisory and assistance services related to the F-15 Engineering and Technical Analysis (ETA) effort at Robins Air Force Base in Georgia. The initiative focuses on three key task areas: supporting the AutoTAR system for F-15s globally, providing engineering support for avionics modifications, and documenting repairs for analysis and design purposes. This procurement is crucial for enhancing F-15 operations and fostering collaboration with qualified contractors, particularly emphasizing opportunities for small businesses and joint ventures within the defense sector. Interested parties must submit their capability documentation by May 9, 2025, and can contact Mr. Dwight Harman at dwight.harman@us.af.mil or Ms. Ebony L. Walker-Simpson at Ebony.walker-simpson@us.af.mil for further information.
F-35 Lightning II Lots 20-21 DCS
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the provision of Drag Chute Systems for the F-35 Lightning II Lots 20-21. This procurement is critical as it supports the operational capabilities of the F-35 Joint Program Office, which is essential for maintaining advanced military aviation standards. The anticipated award date for this contract action is in the second quarter of calendar year 2026, and interested parties may submit capability statements to Nicole Lawrence at Nicole.Lawrence@jsf.mil within fifteen days of this notice. Small businesses seeking subcontracting opportunities should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.
Dual Port Electro-Optic Modulators
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure two dual-port electro-optic modulators (EOMs) for ongoing research and development at the Air Force Research Laboratory in Rome, New York. The procurement involves a sole-source award to EOSpace, Inc. for specialized fiber-coupled EOMs that meet specific technical and performance requirements essential for filtering photons in experimental setups. This acquisition is critical for maintaining uniformity across existing equipment, thereby minimizing integration risks and ensuring consistency in research outcomes. Interested parties may submit capability statements to Leslie Christoferson at leslie.christoferson@us.af.mil, with the anticipated award date set for on or before May 30, 2025.
F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Northrop Grumman Systems Corporation for the F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery. This procurement involves the inspection, verification, disassembly, packaging, handling, shipping, storage, and identification of Special Tooling (ST) and Special Test Equipment (STE) necessary for the F-35 program. The tooling and equipment are critical for maintaining the operational readiness and production capabilities of the F-35 aircraft. Interested parties may submit capability statements within fifteen days of this notice, with the anticipated contract award date expected in the third quarter of calendar year 2025. For inquiries, contact Joseph Delmontagne at joseph.delmontagne@jsf.mil or Farida Eady at farida.eady2@jsf.mil.
Airborne Warning and Control System (AWACS) Enterprise Contracting Effort, AWACS E-3 System Labs infrastructure support and aircraft maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the Airborne Warning and Control System (AWACS) E-3 System Labs infrastructure support and aircraft maintenance through a Request for Information (RFI). The objective is to identify capabilities for maintaining and operating the current AWACS E-3 System Labs, as well as supporting ongoing and future integration efforts for the E-3 platform, which plays a critical role in both domestic defense and international collaborations with allies such as France and NATO. Interested parties are required to provide detailed information regarding their qualifications, including business classification and security clearance, and must submit their responses via email within 15 calendar days of the announcement. For further inquiries, respondents can contact Mr. Brett Clemens at brett.clemens.1@us.af.mil or Ms. Allison Eacrett at allison.eacrett@us.af.mil.
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and testing of Diffractive Optic Head Up Display (DOH) and Wide Area Conventional (WAC) Electronic Module Assemblies (EMA) for F-16 Advanced Avionics systems. The contractor will be responsible for restoring these electronic module assemblies to their original specifications and ensuring they meet serviceable “A” condition without altering their functional capabilities. This procurement is critical for maintaining the operational integrity of F-16 aircraft, which are vital to national defense. Interested contractors should contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil for further details, and they must adhere to stringent quality assurance and packaging requirements as outlined in the associated documentation.
FA823225ESA - F-16 Avionics Hardware and Software Integration - Sources Sought
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking engineering services for the modification of Operational Flight Program (OFP) software and hardware integration for the F-16 aircraft, specifically targeting five subsystems including the Commercial Central Interface Unit (CCIU) and Advanced Color Multi-Function Display (ACMFD). This procurement is critical for enhancing the operational capabilities of the F-16 systems, with the government planning to award a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, anticipated in May 2025, under sole-source authority to ELBIT Systems of America. Interested vendors are invited to submit capability statements within 45 days of the notice, and inquiries should be directed to Contract Specialist Kayla Flores at kayla.flores@us.af.mil or by phone at 801-777-3280.