F-35 Common Configuration Aggregation and Reporting Tool (CART) Development Phase 1 and 2
ID: N0001924G0010Type: Solicitation
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP (AC15)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command, is seeking to develop the F-35 Common Configuration Aggregation and Reporting Tool (CART) through a sole source contract with Lockheed Martin Aeronautics Company in Fort Worth, Texas. The initiative aims to enhance development and testing efficiencies by creating a capability to generate developmental build configurations from a single mission system software build release repository. This procurement is critical for the F-35 "Lightning II" Joint Program Office, as it involves proprietary technical documentation and expertise unique to Lockheed Martin, which is the sole designer and integrator of the F-35 aircraft. Interested parties may submit capability statements to Olivia Russ at olivia.russ@jsf.mil, although this notice does not constitute a request for competitive proposals, and the government retains discretion over the procurement process.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to issue one or more orders to Lockheed Martin Aeronautics Company for the F-35 Electro-Optical Infrared Direct Injection (EOIRDI) System NextGen Distributed Aperture System (DAS) EO/IR Interface. The procurement requires a modular system capable of directly injecting synthetic EO/IR imagery into systems under test for various fixed-wing and rotary-wing platforms. This acquisition is critical for the F-35 "Lightning II" program, as Lockheed Martin is the sole designer and integrator of the aircraft, possessing the unique expertise and proprietary documentation necessary to meet the government's requirements. Interested parties may submit capability statements to Olivia Russ at olivia.russ@jsf.mil, although this notice does not constitute a request for competitive proposals, and there is no commitment from the government to issue a solicitation or award a contract.
    F-35 Joint Program Office (JPO) ALIS Formal Training
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking to award a Delivery Order under Basic Ordering Agreement N0001924G0010 for formal training on the Autonomic Logistics Information System (ALIS) related to F-35 operations. This training will be provided by Lockheed Martin and includes one week of formal instruction followed by three weeks of On-the-Job training, covering various aspects of ALIS, which is critical for managing maintenance, logistics, and operational readiness of the F-35 aircraft. The procurement is being pursued on a sole source basis, as Lockheed Martin is the only qualified source with the necessary expertise and proprietary technical documentation. Interested parties may submit capability statements or proposals within 30 days of this notice, and should contact Samuel Mathisson or Adam Townsley for further information.
    Engineering Change Proposal Integration Contract (EPIC) Phase 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is initiating a presolicitation for the Engineering Change Proposal Integration Contract (EPIC) Phase 3, aimed at providing non-recurring support for the F-35 "Lightning II" Joint Program Office. This contract will focus on redesigning structures and systems to address production and fleet deficiencies, emergent fleet issues, and improvements related to reliability, maintainability, and producibility, culminating in the development of Engineering Change Proposal packages. The contract is being pursued on a sole source basis with Lockheed Martin Aeronautics Company, the sole designer and manufacturer of the F-35 aircraft, due to their unique capabilities and proprietary technical documentation. Interested parties may submit capability statements or proposals within 15 days of the notice, and should direct inquiries to James T. Francisco or Daniel T. Haertle at the provided email addresses.
    F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, intends to award a modification to Contract N6893624D0006 for the F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR). This modification will focus on diagnostic examinations and repairs of the IRST Block II Weapons Replaceable Assemblies (WRA) Infrared Receiver (IRR) and Processor, ensuring the operational status of test assets with anomalies and maintaining their viability for testing activities. Lockheed Martin, as the sole designer and manufacturer of these components, possesses the necessary expertise and data to perform the required repairs. Interested firms may submit capability statements to the primary contact, Ciera Wood, at ciera.l.wood.civ@us.navy.mil, with a response deadline set for March 2025.
    F-35 Joint Program Office - Manned Tactical Simulator (MTS) Sorties
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking qualified contractors to provide customer training events at the Manned Tactical Simulation facility in Fort Worth, Texas, specifically for the F-35 Joint Program Office. The procurement involves executing multiple F-35 multi-ship simulator sorties, which encompass preparation, setup, mission planning, briefing, execution, and debriefing over various durations, including one to five-day training events. These training events are crucial for enhancing operational readiness and mission effectiveness for DoD partners utilizing the F-35 aircraft. Interested parties should contact Alexander Mowatt at alexander.mowatt@jsf.mil for further details, as this opportunity is set aside for 8(a) sole source under FAR 19.8 regulations.
    F-35 Jet Blast Deflectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the demolition of F-16 Jet Blast Deflectors and the installation of F-35 Jet Blast Deflectors at Naval Air Station JRB in Fort Worth, Texas. This procurement is part of a competitive process that has resulted in a Firm Fixed-Price contract awarded to Gutier, LLC, highlighting the importance of maintaining and upgrading military infrastructure to support advanced aircraft operations. Interested parties can reach out to primary contact Emily Crotta at emily.crotta@us.af.mil or by phone at 817-782-7832, or secondary contact Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil or 817-782-6194 for further details.
    F-35 Joint Program Office Security Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking qualified contractors to provide Security Knowledge Based Services to support the F-35 Lightning II program. The objective is to ensure comprehensive security support across various disciplines, including General Security, Industrial Security, Information Security, Personnel Security, and Physical Security, to protect sensitive technology and manage classified information throughout the F-35 acquisition and sustainment lifecycle. This opportunity is critical for maintaining the operational integrity and security standards of the F-35 program, with a planned Indefinite Delivery/Indefinite Quantity (IDIQ) contract spanning five years and multiple task orders anticipated. Interested parties should review the draft Performance Work Statement (PWS) attached to the Request for Information (RFI) and submit their feedback by the specified deadline to Carla McCoy at carla.mccoy@jsf.mil or Benjamin Sherrill at benjamin.sherrill@jsf.mil.
    Official Request For Proposal (RFP) for Consolidated Automated Support System (CASS) Family of Testers (FoT) in Support of the F-35 Depot and the Engine Test Instrument (ETI) modernization program
    Active
    General Services Administration
    The General Services Administration (GSA) is issuing a Request for Proposal (RFP) for the procurement of the Consolidated Automated Support System (CASS) Family of Testers (FoT) to support the F-35 Depot and Engine Test Instrument modernization program. This procurement aims to acquire essential parts from multiple original equipment manufacturers (OEMs) to enhance military aircraft maintenance capabilities, ensuring compliance with federal regulations and standards. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with a total value capped at $51 million, and proposals are due by October 11, 2024. Interested vendors should direct inquiries to Calvin Blue at calvin.blue@gsa.gov or Gary Carson at Gary.Carson@gsa.gov for further details.
    F-35 Transparency Removal System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the procurement of components for the F-35 Transparency Removal System (TRS). This sources sought notice aims to conduct market research to identify qualified manufacturers capable of producing specific items associated with the TRS, as detailed by the National Stock Numbers (NSNs) provided in the attached documentation. The components are critical for military applications, reflecting the stringent safety and performance standards required for defense systems. Interested parties must submit their capabilities and relevant experience by 5 PM MST on October 14, 2024, to the primary contacts Jaide Sarchenko and Darin Barnes via their provided email addresses.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    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.