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, 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 Technical Report on Network Topology and a Quality Control Plan, with specific deadlines for deliverables and stringent 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
    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
    C130J Digital Heads Up Display Enhanced Vision System Demonstration
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking to procure a T-2 demonstration of an Enhanced Vision System (EVS) for the C-130J Digital Heads-Up Display (DHUD) under a delivery order against the GSA OASIS IDIQ contract. This procurement aims to enhance operational capabilities during the Air National Guard's firefighting season by demonstrating the EVS in challenging weather conditions such as fog, smoke, and heavy rain. The contract, valued at approximately $10 million over 14 months, has been justified under FAR 16.505(b)(2)(i)(B), indicating that only Raytheon Technologies' Collins division can meet the unique requirements due to their extensive experience and compatibility with existing systems. Interested parties can contact Kortney M. Coalt at kortney.coalt@us.af.mil or Justin Stanfill at justin.stanfill@us.af.mil for further information.
    Sole Source - Contractor Engineering Technical Services (CETS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Sole Source Contractor Engineering Technical Services (CETS) to provide specialized on-site technical support essential for the operation and maintenance of various weapon systems. These services are critical for ensuring that the Air Force can effectively accomplish its assigned missions, as CETS contracts facilitate the sharing of up-to-date technical information and training from Original Equipment Manufacturers (OEMs) to operational commands. The CETS personnel will play a vital role in developing an organic Engineering Technical Services (ETS) capability within the Air Force, as current operational units have not yet achieved the necessary proficiency to independently provide this technical assistance. Interested parties can reach out to Sonia L. Johnston at sonia.johnston@us.af.mil or Alex Heller at alex.heller@us.af.mil for further inquiries regarding this opportunity.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    F135 Propulsion System Engineering and Logistics Studies, Modifications, and Sustainment Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a Basic Ordering Agreement (BOA) to RTX Corporation, Pratt & Whitney Military Engines, for engineering and logistics studies related to the F135 Propulsion System. The procurement aims to support the F135 Modifications Program by conducting investigations and providing sustainment support for the F135 fleet, leveraging Pratt & Whitney's unique expertise as the original designer and manufacturer of the propulsion system. This opportunity is critical for maintaining the operational readiness and performance of the F-35 Lightning II aircraft. Interested parties may submit capability statements, proposals, or quotations within fifteen days of this notice, and should direct inquiries to Alexander Chakrin at Alexander.Chakrin@jsf.mil or George Hubbard at George.Hubbard@jsf.mil.
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    LRASM Production Acceptance Testing (PAT) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations with Lockheed Martin Corporation-Missiles Fire Control (LMMFC) for Production Acceptance Testing (PAT) support related to the Long-Range Anti-Ship Missile (LRASM). The contract will be awarded as a Cost-Plus Fixed Fee Delivery Order under Basic Ordering Agreement N00019-23-G-0002, focusing on tasks necessary for conducting the PAT event. Lockheed Martin is uniquely qualified to fulfill these requirements due to its role as the sole designer, developer, and manufacturer of the LRASM, possessing the necessary expertise and technical data. Interested parties may submit capability statements or proposals for consideration, but the Government retains discretion over the competitive process. For further inquiries, contact Rebecca Johnson at rebecca.r.johnson47.civ@us.navy.mil or Teresa Mellies at teresa.r.mellies.civ@us.navy.mil.
    F-35 VDATS NAI API
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of the F-35 VDATS NAI API, with a focus on small businesses as this opportunity is set aside for total small business participation. The procurement involves a firm fixed-price contract for specific equipment, including instrument simulators and position indicators, with a delivery timeline not exceeding 120 days after receipt of order (ARO). This equipment is critical for maintaining and supporting the operational capabilities of the F-35 aircraft. Interested vendors should contact Fernando Orozco at 801-777-1625 or via email at fernando.orozco.1@us.af.mil, or Lasonia Anderson at 478-926-9510 or lasonia.anderson@us.af.mil for further details.
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.