Notice of Intent to Sole Source F-35 JPO Unclassified IT Services
ID: N00019UnclassifiedIT2025Type: Special Notice
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract extension for unclassified IT services to General Dynamics One Source (GDOS) for the F-35 Joint Program Office (JPO) in Arlington, Virginia. The contract will support the transition of the unclassified IT network to a new data center, encompassing a range of services including program management, cybersecurity, and operations and maintenance. This procurement is critical as it ensures the continuity of services during the migration of classified and unclassified servers, which is essential to avoid data loss and security vulnerabilities. Interested parties may submit capability statements within 15 days of the notice, with the anticipated award date set for on or before January 31, 2026. For further inquiries, contact Sanjana Garg at Sanjana.Garg@jsf.mil or John Meyers at John.Meyers@jsf.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    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.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    F135 Flight Test Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to award a sole-source contract to Raytheon Technologies Corporation, Pratt and Whitney Military Engines, for F135 Flight Test Support related to the F-35 Lightning II program. This contract will encompass a range of services including flight test support, propulsion system program management, spare parts procurement, and technical engineering support for the F-35 Block 4 upgrades. The F135 propulsion system is critical for the operational capability of the F-35 aircraft, and the contract is expected to be awarded in the first quarter of fiscal year 2027. Interested parties may submit capability statements to Luis F. Pola at luis.pola@jsf.mil, although the government reserves the right to proceed with the sole-source procurement without a formal solicitation.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    JRE Help Desk
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    SOLE SOURCE – Non-Personal Professional Support Services (PSS) for Program Executive Office, Ships (PEO Ships), Guided Missile Destroyer (DDG(X)) Program Office (PMS 460)
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, intends to award a sole-source Cost-Plus-Fixed-Fee contract for Non-Personal Professional Support Services (PSS) to Herren Associates, Inc. for the Program Executive Office, Ships (PEO Ships), Guided Missile Destroyer (DDG(X)) Program Office (PMS 460). The contract will provide essential expertise in Integrated Logistics Support (ILS), Program Support and Management, Acquisition and Contract Management, Business and Financial Management, and Integrated Performance Analysis, which are critical for maintaining mission readiness and operational effectiveness. This procurement is vital to ensure uninterrupted support services for PMS 460, as any lapse could adversely affect mission readiness and incur long-term costs to taxpayers. Interested parties may direct inquiries to Logan Kelley at logan.b.kelley.civ@us.navy.mil, with the contract expected to be awarded following the closing date of January 2, 2026.
    MAK VT SWM
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for software and maintenance services under the solicitation N0017826Q6657. The procurement focuses on obtaining maintenance renewals for VR-Link Run-Time, VR-Vantage, and SensorFX software, which are critical for ensuring compatibility with existing shipboard systems and minimizing procurement delays. This opportunity is not set aside for small businesses, and only authorized resellers are eligible to submit quotes, with a firm fixed-price contract anticipated to be awarded by February 6, 2026. Interested parties must submit their proposals by January 6, 2026, and can direct inquiries to Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.
    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.
    Data Acquisition and Retrieval System (DARTS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Division Newport, is soliciting a sole-source contract for the Data Acquisition and Retrieval System (DARTS) from General Dynamics Mission Systems Inc. (GDMS). This contract, structured as a Cost Plus Fixed Fee (CPFF) and Indefinite Delivery/Indefinite Quantity (ID/IQ) type, aims to continue the development and application of DARTS technology for collecting and analyzing Submarine Non-Propulsion Electronic System (NPES) data, which is critical for test and evaluation reporting, system performance, and certification processes for various submarine classes. The anticipated performance period spans five years, requiring approximately 314,020 man-hours, with a focus on compliance with extensive security and cybersecurity requirements. Interested parties can direct inquiries to Kaitlin McGuire at kaitlin.m.mcguire2.civ@us.navy.mil, with the understanding that this solicitation is not open for competitive proposals.