F-35 Consulting Services: Synopsis
ID: N0001925R0046Type: Presolicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SPECIAL STUDIES/ANALYSIS- OTHER (B599)
Timeline
  1. 1
    Posted Jan 27, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 27, 2025, 12:00 AM UTC
  3. 3
    Due Feb 11, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Systems Command, intends to sole source a contract for consulting services related to the F-35 program, with a focus on cost reduction strategies. The selected contractor, MATEC, will provide essential support in proposal evaluation, cost analysis, price analysis, and negotiation assistance for ongoing contract negotiations within the F-35 Joint Program Office. This procurement is critical for maintaining the procurement timelines of the Propulsion Production team, particularly for the finalization of the Propulsion lots 18-19 contract. Interested vendors must submit their capability statements by February 11, 2025, at 5:00 PM Eastern Time to Ethan Urey at ethan.urey@jsf.mil, noting that this opportunity is not open for competitive bidding and is subject to export control restrictions.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
F-100 Augmentor Nozzle SE
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
Buyer not available
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.
F-100 Nozzle Augmenter Ex
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
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.
F35 Panel Racks
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking bids for the procurement of six custom cowling racks designed for F-35 aircraft. These racks must meet specific requirements, including a capacity to support panels weighing up to 1,500 pounds, a powder-coated yellow frame, carpeting for ease of access, and large caster wheels for mobility. This procurement is significant for maintaining the operational readiness of F-35 aircraft, emphasizing the government's commitment to sourcing from small business providers, particularly those owned by women. Interested parties must submit their bids by March 21, 2025, and can contact Emily Crotta at emily.crotta@us.af.mil or Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil for further information.
2840 - FMS REPAIR OF QTY 1, EXHAUST FRAME
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of one unit of an exhaust frame for the FA-18 Navy Weapon System intended for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore the government-owned article to operational condition, with the intention to solicit only one source, L3 Technologies Inc., due to the government's inability to provide the necessary data for repairs. Interested parties are encouraged to submit capability statements within five days of the notice, although the government retains discretion over the competitive nature of the contract. For further inquiries, contractors can contact Taylor Kilkenny at 215-697-3606 or via email at taylor.c.kilkenny.civ@us.navy.mil.
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, with a focus on software sustainment capabilities at Robins Air Force Base in Georgia. The procurement aims to conduct a comprehensive gap analysis related to the F35 TR2 EOTS, requiring the contractor to deliver various technical reports and data submissions as outlined in the Contract Data Requirements List (CDRL). This analysis is critical for ensuring the operational integrity and effectiveness of the EOTS, which plays a vital role in military operations. 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, with the contract's performance expected to commence following the award.
Intent to Sole Source Leslie Valves
Buyer not available
The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to procure repair services for Leslie Valve assemblies (model PTLHNS-2) through a sole source contract. The selected contractor will be responsible for restoring the valves to Original Equipment Manufacturer (OEM) specifications, which includes tasks such as inspection, testing for leakage, cleaning, painting, and shipping, all while adhering to strict quality assurance protocols. This procurement is crucial for maintaining government assets and ensuring that specialized equipment operates effectively. Interested parties must submit their capability documentation by October 29, 2024, to Contract Officer Bailey Butler via email at bailey.a.butler2.civ@us.navy.mil, with the contract period expected to run from January 1, 2025, to February 12, 2025.