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 EOTS Gap Analysis Service, which will be awarded to Lockheed Martin Corporation. The primary objective of this procurement is to conduct a comprehensive gap analysis to support the U.S. Air Force's 402d Software Engineering Group in establishing software sustainment capabilities for the F-35 Joint Strike Fighter's Electro-Optical Targeting System (EOTS). This service is critical for ensuring the operational integrity and maintenance of advanced military aircraft systems. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Patrick Hulett or Valerie Evans via their respective email addresses. The contract encompasses a 35-day phase-in period, a 263-day execution period, and a 79-day phase-out period, with specific deliverables outlined in the Performance Work Statement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance-Based Work Statement (PWS) outlines the requirements for the Contractor to support the U.S. Air Force's 402d Software Engineering Group (402 SWEG) in establishing software sustainment capabilities for the F-35 Joint Strike Fighter's Electro-Optical Targeting System (EOTS). The document details a structured approach, encompassing a 35-day phase-in, a 263-day execution, and a 79-day phase-out period, specifying deliverables such as personnel support, facilities management, network topology, lab environment requirements, and software development documentation. The Contractor is tasked with conducting a comprehensive gap analysis, providing necessary data, and actively participating in various site visits and meetings to align with compliance standards outlined in the U.S. Code. Key elements include the identification of security requirements, quality management processes, and effective communication with government representatives. The PWS emphasizes timely delivery of documents following specific timelines and coordination with government personnel throughout the engagement. Overall, the PWS ensures that the Contractor meets strategic operational objectives regarding aircraft maintenance and software development while adhering to stringent government regulations and performance metrics.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the U.S. Department of Defense. It outlines the necessary data items that contractors must submit as part of their contractual obligations. Specifically, the form details the submission requirements for Lockheed Martin’s Technical Report on the F35 TR2 EOTS Gap Analysis. Key components include data item descriptions, submission frequencies, and distribution statements, ensuring technical data is adequately protected and shared. The report must be submitted to the Government upon generation and updated as required, with specific requirements for both draft and final copies. Approval signatures are required for the preparer and the approving authority. Additionally, the document emphasizes the proper classification and distribution of technical data. The form serves as a vital tool for managing data collection and reporting within government contracts, highlighting compliance with established regulations. Its structured approach ensures clarity in data management while serving to protect sensitive information related to defense projects.
    The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL), used to document the requirements and specifications for data items needed under federal contracts. Primarily focusing on a technical report titled “F35 TR2 EOTS Gap Analysis,” this form details submission requirements, responsible parties, and guidelines for data distribution. Key components include the identification of contractors (Lockheed Martin), specific data content formats, distribution statements for U.S. Government Agencies, and deadlines for submissions. The data item requires initial submission as soon as generated and updates per request within ten business days. The document categorizes the data item under technical data and emphasizes the importance of confidentiality regarding sensitive information. It outlines procedures for government personnel and contractors in fulfilling these requirements. Overall, the file serves to ensure clarity in contractual data expectations while facilitating compliance with broader government standards for documentation and reporting in defense-related projects.
    The document is a Contract Data Requirements List (CDRL) form (DD Form 1423-1), which outlines specific contractual data submission requirements for a project involving Lockheed Martin related to the F35 TR2 EOTS Gap Analysis. It details the information and structure necessary for contractors to submit technical data accurately, including specifications for data item titles, frequencies, distribution, and delivery formats. Key components include the responsibility for the content, the distribution authorized to U.S. Government agencies, and submission timelines. The contractor must submit data sections within 105 calendar days after the contract initiates, with updates required as requested by the Program Manager. The form also specifies the numbering and approval process, including signatures from preparers and approving authorities, as well as categories for pricing based on the nature of the data required. Overall, this document aligns with federal RFPs and grants to ensure careful management and accountability regarding the delivery of essential contract data.
    The document titled "Contract Data Requirements List (CDRL)" outlines the submission requirements for data items associated with the F35 TR2 EOTS Gap Analysis contract with Lockheed Martin. It specifies various details including item references, categories, authorities, distribution statements, and submission timelines for technical data. Key instructions guide government personnel and contractors on filling out the DD Form 1423-1, ensuring compliance with the required format and content as detailed by the Department of Defense. The CDRL mandates two delivery dates: one for initial reporting and another for subsequent updates at the Program Manager's request. Distribution of the reports is limited to U.S. Government agencies, with specific conditions to safeguard sensitive information. The purpose of this document is to establish clear expectations for data deliverables within federal contracting, emphasizing adherence to established protocols and timelines to facilitate effective oversight of the contract obligations.
    The document is the DD Form 1423-1, titled "Contract Data Requirements List," which outlines the collection and submission of specific data items related to a contract awarded to Lockheed Martin for the F35 TR2 EOTS Gap Analysis. It provides essential instructions and requirements for contractors and government personnel regarding data reporting and delivery obligations. The form includes fields for contract line item numbers, system/item descriptions, submission schedules, and distribution details. Key aspects include the requirement for a Software Development Technical Report to be submitted within 105 calendar days after the contract start, with updates as requested. The distribution is restricted to U.S. government agencies and their contractors due to sensitive technical data. Additionally, there are structured guidelines for determining the pricing groups associated with the data item, distinguishing between essential data and items developed under normal operating procedures. This form serves to ensure compliance with data requirements in government contracts, maintaining operational integrity and facilitating effective communication between contractors and the government.
    The document outlines the Contract Data Requirements List (CDRL) on DD FORM 1423-1, which is utilized to specify data items required for contracts involving the Department of Defense. It includes essential sections such as the contractor's information, data item title, authority, requiring office, and submission dates. The CDRL mandates that the contractor submit a Training Technical Report concerning the F35 TR2 EOTS Gap Analysis, which must be delivered electronically upon generation and revised at the Program Manager's request, with a strict timeline for updates. The document underscores the classification and distribution of technical data, stating that it is authorized for U.S. Government Agencies and designated contractors, thereby safeguarding sensitive information. Moreover, it discusses the method for estimating costs associated with providing the requested data, categorized into four groups based on the necessity and nature of the data. Overall, this document serves as a critical framework for managing and documenting data-related requirements within government contracts, reflecting rigorous accountability and compliance measures in defense procurement.
    The document serves as a contractual requirement form (DD Form 1423-1) specifically for the F35 TR2 EOTS Gap Analysis contracted to Lockheed Martin. It outlines the expectations regarding a Technical Report focusing on Operations and Process. Key elements include the contractor's responsibilities for submitting the report both promptly and with revisions as requested, maintaining compliance with specific formatting and distribution guidelines. The report is considered essential for operational use and is protected from unauthorized dissemination. The distribution statement limits access to U.S. Government agencies and their contractors. The document details submission timelines, specifying that the initial report is due as soon as generated and subsequent updates within ten business days upon request. Additionally, it provides instructions for completing the form and categorizes necessary data into four price groups, ranging from essential data not part of the primary contract to normal operating procedure data. This structure ensures clarity on requirements and responsibilities, facilitating effective communication and compliance with government standards in contracting.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the U.S. Department of Defense, detailing the documentation and data submission requirements for contractors. The form includes essential fields such as contract line item number, title, authority, and requirements for submission frequency and distribution. In this instance, it focuses on a data item for a Technical Report related to the F35 TR2 EOTS Gap Analysis, to be produced by Lockheed Martin. The report is categorized under Technical Data and requires one-time submission with updates as requested. It specifies various distribution statements aimed at protecting sensitive technical data while permitting access to authorized individuals. The instructions for filling out the form clarify the responsibilities of both government personnel and contractors, including pricing categories based on data importance. The CDRL ensures that the government acquires necessary technical information efficiently, supporting overall contract management and compliance within the realm of federal contracting. This document emphasizes the structured approach to data management within defense contracts, highlighting obligations for both parties in ensuring quality and integrity of submitted information.
    The document is the DD Form 1423-1, a Contract Data Requirements List designed to facilitate communication between contractors and the government regarding data submission requirements for military contracts. It outlines necessary data items, including their titles, descriptions, and submission timelines, focusing on quality management and reporting processes. A significant element is the Quality Control Plan (QCP), which contractors must submit within 15 days post-award, detailing procedures for identifying and resolving quality issues. The form also specifies distribution statements for technical data, ensuring protection from unauthorized dissemination. The instructions provided guide government personnel and contractors on completing the form accurately, emphasizing the importance of meeting government standards in data acquisition. The overarching purpose of the document is to standardize expectations for data deliverables in federal and military contracts, streamline compliance, and enhance operational efficiency in procurement processes.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense to outline specific data item requirements associated with a contract. This form includes critical sections such as the title of the data item, authority, contract references, submission timelines, and distribution instructions. Notably, it stipulates that Accident/Incident Reports must be submitted within one hour of an event and updated as needed, with specific email submission protocols laid out. The form emphasizes the importance of data item acquisition, including the categorization of data types such as Technical Data Packages (TDP) and Technical Manuals (TM). It also frames requirements for data delivery frequency, distribution statement, and approval processes, with distinct responsibilities earmarked for designated personnel, including Contracting Officers and Safety Offices. Overall, DD Form 1423-1 is instrumental in ensuring structured data reporting in federal contracts, particularly in contexts where safety and operational integrity are essential. This structure promotes timely incident reporting and compliance with stringent governmental oversight regarding technical data.
    The document outlines a solicitation for commercial products and services designated for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). It includes key procedural elements such as requisition numbers, contract specifics, offer due dates, and contact information for inquiries. The main project, identified as FA857924R0004, involves multiple phases, including a 35-day phase-in period, a 263-day execution period, and a 79-day phase-out period, each defined in the Performance Work Statement (PWS). Various line items detail specific deliverables and their pricing arrangements, primarily fixed price. The document emphasizes compliance with federal regulations, including clauses governing inspection, acceptance, payment instructions, and requirements for small business subcontracting. Additionally, it highlights the importance of ethical business practices and employee rights in federal contracting. This solicitation aims to support small businesses, particularly those owned by women, in responding to federal opportunities, thereby reinforcing economic diversity and fostering equal participation in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FMS REPAIR OF TSS TURRET ASSY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the TSS Turret Assembly from Lockheed Martin Corporation. This procurement is critical as the TSS Turret Assembly, identified by part number 797239360-019, is essential for aircraft gunnery fire control, and Lockheed Martin is the Original Equipment Manufacturer (OEM) with exclusive rights to provide the necessary repair support. Interested parties have 15 days to express their interest and capability to meet the requirements, with a final deadline for proposals set at 45 days from the notice publication. For further inquiries, Alyssa Thieu can be contacted via email at alyssa.t.thieu.civ@us.navy.mil or by phone at 215-697-0169.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for the F-15 system, which is critical for both United States Air Force operations and Foreign Military Sales. Interested parties must demonstrate their ability to provide a range of services, including hardware and software design, integration, testing, and support, with submissions due by 4 PM EST on September 16, 2024. For further inquiries, potential respondents can contact Valerie Neff at valerie.neff@us.af.mil or Stacey Carone at stacey.carone@us.af.mil.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive Contractor Logistics Support (CLS) for the Joint Threat Emitter (JTE) Program. The selected contractor will be responsible for software maintenance, field troubleshooting, firmware update verification, and addressing obsolescence issues for all fielded JTE configurations both within the continental United States (CONUS) and outside (OCONUS). This opportunity is critical for ensuring the operational readiness and sustainability of the JTE system, which plays a vital role in defense capabilities. Interested vendors must submit their business information and relevant experience to Patrick Robello at patrick.robello.1@us.af.mil, as this Sources Sought notice is part of market research and does not guarantee future contract awards.
    SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
    Active
    Dept Of Defense
    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 supplies/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 upgrade support, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique capabilities as the designer and manufacturer of the TSS. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order valued at $3.5 million, and proposals must be submitted by October 10, 2024, with the contract award expected by 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.
    Engineering Support Services for F-35 Aircraft Store Compatibility (ASC) Engineering Capability
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting a market survey to identify sources capable of providing engineering support services for maintaining F-35 Aircraft Store Compatibility (ASC) engineering capability. The objective of this procurement is to sustain and enhance the organic ASC capability within the Air Force SEEK EAGLE Office (AFSEO), which is critical for testing and analyzing new aircraft/store configurations for the F-35A aircraft. Interested parties are encouraged to submit capabilities statements detailing their expertise in various engineering disciplines, including Physical Fit and Function, Aircraft and Store Loads, and Flutter and Dynamics, among others. For further inquiries, potential respondents can contact Heather Stiles at heather.stiles@us.af.mil.
    EGLIN OPERATION AND MAINTENANCE SERVICES (EOMS) II - RFI #4 - DRAFT REQUEST FOR PROPOSAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Eglin Operation and Maintenance Services (EOMS) II contract, which is anticipated to replace the current EOMS contract. The procurement aims to provide comprehensive operation and maintenance services in support of military aerospace equipment and weapons testing, including management of facilities, equipment, and instrumentation at Eglin Air Force Base and potentially other locations. This initiative is crucial for ensuring mission readiness and operational efficiency in defense activities, with a contract term expected to last up to 10 years, starting around April 1, 2026. Interested parties are encouraged to submit their feedback on the draft Request for Proposal by December 17, 2024, to the designated contacts, Ronald Wilson and John Sarver, via their provided email addresses.
    LRASM MOFP Update
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a modification to an existing contract with Lockheed Martin Corporation-Missiles Fire Control for the integration of a new RF subsystem software into the LRASM Missile Operational Flight Program (MOFP). This procurement is critical for the timely and cost-effective enhancement of the LRASM missile capabilities, as Lockheed Martin is the sole designer and integrator with the necessary expertise and technical data. Interested parties may express their interest and capabilities, although the Government reserves the right to proceed without competition based on the unique qualifications of Lockheed Martin. For further inquiries, interested vendors can contact Amber Wroble or Jessica A. Blackwell via their provided emails.
    59--OSCILLATOR,NONCRYST, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a non-crystal oscillator, specifically NSN 7R-5955-014262653-XE, from Lockheed Martin Corp. The procurement involves the repair of five units of this oscillator, which is critical for various defense applications, and is being solicited on a sole source basis due to Lockheed Martin being the Original Equipment Manufacturer (OEM) and the only known source for this part. Interested parties have 45 days from the notice to submit capability statements or proposals, with the anticipated award date set for December 2024. For further inquiries, potential bidders can contact Sarah F. Pfeil at sarah.pfeil@navy.mil.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for the Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to provide maintenance and modification support for specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring the operational readiness and reliability of AFSOC's fleet, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can contact Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil for further information.