Group A Hardware Kits for F-35 Aircraft
ID: N00019-23-RFPREQ-JSF000-0104Type: Presolicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

AIRCRAFT, FIXED WING (1510)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Systems Command, is seeking to procure Group A hardware kits for the F-35 Lightning II aircraft under a sole source contract with Lockheed Martin Aeronautics Company. The procurement aims to deliver hardware kits necessary for Flight Test Instrumentation (FTI) modifications, which are critical for the ongoing development and operational readiness of the F-35 program. Lockheed Martin is uniquely qualified to fulfill this requirement due to its exclusive design, development, and manufacturing capabilities related to the F-35, making it the only responsible source for this acquisition. Interested parties may submit capability statements to the primary contact, John Liew, at John.Liew@jsf.mil, while subcontracting opportunities may be explored through Emma Stevens at 817-655-8902. Please note that this presolicitation does not guarantee a contract award, and all submissions are voluntary.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
TR-3 Follow-On Activities
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking proposals for the TR-3 Follow-On Activities related to the F-35 “Lightning II” Program. This procurement focuses on the incremental modernization efforts for the F-35, including the development and delivery of Block 4 and Block 5 upgrades, systems engineering, prototype construction, and comprehensive testing to ensure operational readiness and system integration. The contract will be awarded on a sole source basis to Lockheed Martin Aeronautics Company, the sole designer and manufacturer of the F-35, due to their unique capabilities and proprietary knowledge. Interested parties may submit capability statements within 15 days of this notice, and for subcontracting opportunities, they should contact Sean Lightcap at 817-584-1276.
F-35 Follow on Modernization Block 5 Upgrades
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking proposals for the F-35 Follow on Modernization Block 5 upgrades, with a focus on contract actions directed towards Lockheed Martin Aeronautics Company in Fort Worth, Texas. The procurement aims to facilitate developmental efforts for Block 4 and Block 5 upgrades, including systems engineering, prototype construction support, and comprehensive testing to ensure the F-35 Air System meets future operational requirements. This initiative is critical for maintaining the operational readiness and technological advancement of the F-35 aircraft, which is vital for national defense. Interested parties may submit capability statements or proposals within 15 days of the notice publication, and for subcontracting opportunities, they should contact Sean Lightcap at 817-584-1276.
HOTAS Declutter and PAWS
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is issuing a presolicitation for software development related to the Hands-On-Throttle-And-Stick (HOTAS) declutter and Pilot Alignment Warning System (PAWS) for the F-35 Joint Program Office. This procurement aims to enhance pilot interface by reducing symbology obstruction through HOTAS declutter and ensuring proper alignment of the Helmet Mounted Display (HMD) with PAWS notifications. The contract is being awarded on a sole-source basis to Lockheed Martin Aeronautics Company, located in Fort Worth, Texas, as only one responsible source can meet the agency's requirements. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Tom Baldauff at thomas.baldauff@jsf.mil or Daniel T. Haertle at Daniel.Haertle@jsf.mil.
LRASM MOFP F-16 Test & Support Update
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to enter into sole source negotiations for a Cost-Plus-Fixed-Fee Delivery Order with Lockheed Martin Corporation-Missiles Fire Control (LMMFC) for support related to F-16 Integration Systems Integration Laboratory testing and technical interchanges. This procurement is critical as LMMFC is the sole designer, developer, manufacturer, and integrator of the Long-Range Anti-Ship Missile (LRASM), possessing the unique knowledge and technical data necessary to meet the government's requirements within the specified timeframe. Interested parties may submit capability statements or proposals for consideration, although the government retains discretion over the decision to compete this effort. For further inquiries, interested vendors can contact Brittany N. Graves or Teresa Mellies via their respective emails provided in the opportunity overview.
M299 Longbow Hellfire - Sole Source to Lockheed Martin
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the procurement of production, spare parts, and engineering services related to the M299 Longbow Hellfire Launcher. This opportunity is structured under an existing Umbrella Contract and primarily involves a Firm Fixed Price contract, with certain components subject to Cost Plus Fixed Fee arrangements, emphasizing the need for detailed cost breakdowns and compliance with federal regulations. The M299 Longbow Hellfire is a critical component in military operations, enhancing the capabilities of armed forces with advanced missile technology. Interested parties must confirm their intent to respond within five business days, with final proposals due by April 25, 2025. For further inquiries, contact Kelsey Brown at kelsey.e.brown@dla.mil.
SPRRA225R0020 PATRIOT SPARES - LOCKHEED MARTIN SOLE SOURCE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is seeking to procure multiple items under a sole-source contract with Lockheed Martin Corporation for the Patriot Weapon System. The procurement includes circuit card assemblies with specific part numbers and National Stock Numbers (NSNs), with estimated annual demands of 3 and 11 units respectively, and production lead times of up to 1080 days depending on testing requirements. These items are critical for the U.S. Army Aviation and Missile Life Cycle Management Command and are restricted to Lockheed Martin due to the proprietary nature of the technical data involved. Interested vendors must direct inquiries to the designated contacts via email, and the solicitation will be published on SAM.gov, with the closing date subject to adjustment based on the release of the solicitation.
Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
Buyer not available
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.
CH-53K DI Medium A-Kits
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a Sole-Source Order for the procurement of DI Medium A-Kits for the CH-53K® rotary wing aircraft, specifically with Sikorsky, a Lockheed Martin Company. This procurement will consist of an initial order for 20 kits, with options for additional lots of 22, 21, 24, and 24 kits in subsequent orders. The DI Medium A-Kits are critical for enhancing the operational capabilities of the CH-53K® aircraft, which plays a vital role in military operations. Interested parties seeking subcontracting opportunities should reach out to Jason Lockwood, Sikorsky Subcontracting Manager, at 203-225-3657, as the government plans to solicit and negotiate with only one source under the authority of 10 U.S.C.2304(c)(1) and FAR 6.302-1.
C-130J MATS IV
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to negotiate a sole source contract with Lockheed Martin for the C-130J MATS IV program. This procurement involves the production and modification of various Aircrew Training Devices (ATDs) and Maintenance Training Devices (MTDs) for C-130J systems, which are critical for training and operational readiness of Air Force personnel. The contract will be structured as a 10-year Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, with a 5-year base period and a 5-year option, and is being pursued under the sole source authority due to the unique capabilities of Lockheed Martin. Interested parties may submit responses by April 24, 2025, to Kyle Patko at kyle.patko@us.af.mil, with no competitive proposals being solicited.
CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
Buyer not available
Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.