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
    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
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    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.
    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.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil 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.
    ACT/Lockheed spare aircraft parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    SPRRA226R0032 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting a sources sought notice for the acquisition of spare missile parts specifically for the Patriot Weapon System. The procurement aims to identify potential manufacturing and supply sources for a Circuit Card Assembly (NSN: 5998-01-441-3184, Part 13507895) to support the U.S. Army Aviation and Missile Life Cycle Management Command (AMCOM) over a one-year period. This acquisition is critical as it involves a sole source procurement due to the unique nature of the item, which cannot be economically reverse-engineered, and is restricted to the actual manufacturer. Interested firms, including small and disadvantaged businesses, are encouraged to contact Lewis Fournet or Becky Brady for further information, although no solicitation is currently available, and responses are voluntary.
    59--WAVEFORM GENERATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure 75 units of a waveform generator, identified by NSN 0O-5998-LLH7F2388, from Lockheed Martin Corp. This procurement is governed by specific source control requirements, indicating that the part must be acquired from the approved source due to the lack of available technical data or manufacturing knowledge for alternative sources. The contract is set to be negotiated with only one source under FAR 6.302-1, and interested parties have 45 days to express their interest or submit proposals, with the primary contact for inquiries being James Fleniken at (614) 693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    SPRRA226R0003 PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN SYNOPSIS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source contract with Lockheed Martin for the procurement of spare parts supporting the Patriot Missile System. The contract specifically seeks Circuit Card Assemblies and Distribution Boxes, with detailed requirements outlined in the Request for Proposal (RFP), including clauses related to item unique identification, cost data, and delivery schedules. These components are critical for the operational readiness and maintenance of the Patriot Missile System, ensuring its effectiveness in defense applications. Interested parties can reach out to Lewis Fournet at lewis.fournet@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation.