USAF and Foreign Military Sales (FMS)/DoD Precision Attack SNIPER, Infrared Search and Track (IRST), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Production and Sustainment Support
ID: FA8540-25-R-0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8540 AFLCMC WNKEROBINS AFB, GA, 31098-1663, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WEAPONS (J010)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the production and sustainment support of the Sniper Advanced Targeting Pod (ATP), Low Altitude Navigation and Targeting Infrared for Night (LANTIRN), and Infrared Search and Track (IRST) systems, primarily for the U.S. Air Force and Foreign Military Sales (FMS). The contract will encompass a three-year base ordering period with an option for an additional four years, allowing for a total of up to 7.5 years of performance, and will include various Contract Line Item Numbers (CLINs) for production and sustainment services. These systems are critical for enhancing targeting capabilities and operational effectiveness in military operations. Interested contractors should contact Ashley Davis at ashley.davis.53@us.af.mil or Shameka Schley at shameka.schley@us.mil for further details, with proposals expected to adhere to the outlined requirements and timelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Contract Line-Item Numbers (CLINs) related to the procurement and sustainment support for the U.S. Air Force (USAF) and Foreign Military Sales (FMS). It specifies that Reserved CLINs and unpriced or to-be-negotiated CLINs are not permitted within this request for proposals (RFP), emphasizing that these CLINs should be incorporated as requirements arise in the acquisition process. The attachment lists various products related to LANTIRN and IRST systems, with some items classified for future pricing negotiation and others having fixed prices. In total, the document identifies multiple CLINs for production and sustainment, including systems for navigation pods, software integration, repair and return services, and technical support. A separate section addresses sustainment CLINs, detailing various requirements for repairs and support services. Overall, this document is pivotal for ensuring clarity in procurement processes, delineating responsibilities and conditions for both the U.S. Government and contractors involved in military acquisitions.
    The Performance Work Statement (PWS) outlines the requirements for production and sustainment support of the Sniper ATP, LANTIRN, and IRST/Legion systems under the Foreign Military Sales (FMS) to various international customers. Lockheed Martin is designated as the primary contractor, responsible for repair, technical support, and production over a seven-year contract period, which includes a base three-year period and four one-year options. Key objectives include providing depot-level repairs, training, and technical support to ensure the systems maintain mission-critical capabilities for targets detection and navigation. The PWS includes strict performance thresholds, such as turnaround times for repairs and quality assurance metrics for deliverables. The contract emphasizes the importance of compliance with the Arms Export Control Act, promoting world peace through military assistance. Moreover, the document specifies contractual obligations for training, documentation, and government property management, ensuring that all activities align with established federal regulations. Overall, this PWS is a comprehensive framework that supports the USAF and international partners by enhancing aircrew capabilities through advanced targeting systems while adhering to quality and performance standards throughout the seven-year contract lifecycle.
    The current document could not be read due to a formatting issue, preventing access to its content. However, given the context of federal government RFPs, grants, and state/local RFPs, the expected purpose would involve outlining funding opportunities, eligibility criteria, and application procedures for prospective applicants seeking federal or state assistance. Typically, such documents present clear instructions for proposal submissions, performance expectations, timelines, and evaluation criteria, all aimed at fostering transparency and encouraging competitive bidding that aligns with governmental objectives. The absence of specific details in the document limits the ability to identify key topics and supporting information, resulting in a generalized summary focused on the standard elements expected in government funding solicitations.
    The file is unavailable for analysis as it contains only instructions related to Adobe Reader and does not provide any substantive content about government RFPs, federal grants, or state/local RFPs. Given this limitation, it is ineffective to summarize or extract any main topics, key ideas, or supporting details related to the intended subject matter. Therefore, there is no content to summarize or analyze in this instance, and the document lacks essential information required for meaningful engagement with federal or local government processes.
    The document highlights the federal government's process for issuing Requests for Proposals (RFPs) and grants at both federal and state/local levels. It outlines the purpose of these RFPs as mechanisms for securing bids from contractors and organizations to fulfill specific government needs, whether for services or funding projects. The key components typically involve a detailed description of the desired outcomes, eligibility criteria for bids, application processes, evaluation criteria, and timelines for submission and completion. The structure of such documents usually includes sections on project goals, budgetary limits, and requirements for compliance with regulatory standards. Understanding these RFPs and grants is crucial for organizations seeking to participate in governmental projects and access funding, as they articulate the government's strategic priorities and identify potential partnerships to achieve communal objectives.
    The document outlines the Contract Line-Item Numbers (CLINs) for Sustainment Support under the contract FA8540-24-R-0004. It specifies that the pricing for various sustainment support services, including repair and return options of differing complexities as well as technical support and Depot Lay-In services, will be negotiated by March 31, 2027. The six distinct categories of repair and return services are categorized by complexity (minor to major) and include additional services like on-call technical support, non-recurring engineering, and program support for specific programs. It clarifies that the pricing will not be provided during the Request for Proposal phase and outlines the sequential CLIN numbering to be used in the contract. Furthermore, the document emphasizes compliance with Federal Acquisition Regulations (FAR), prohibiting the use of reserved or unpriced CLINs. Ultimately, it serves as a framework for contractors bidding on government sustainment support services, detailing the contract structure while highlighting valuable operational guidelines for proposal submission.
    The document outlines the Contract Data Requirements List (CDRL) for a military contract with Lockheed Martin Missile & Fire Control, detailing various data items that the contractor must submit. Each item includes essential information such as the title, authority, requiring office, frequency of submission, and distribution requirements. Key items include Non-Deliverable CDRLs, Status Reports, and Engineering Change Proposals, among others. The document emphasizes submission formats, government review timelines, and responses to disapprovals. It also mandates reports on repair status for Foreign Military Sales and specifications for Technical Manuals. The structured approach ensures that data collection aligns with defense contracting and regulatory requirements, enabling oversight and accountability within the Department of Defense, specifically under the AFLCMC/WNX office. This systematic accumulation of data is critical to the successful management and execution of military projects, aiming to enhance transparency, coordination, and operational effectiveness.
    The document pertains to federal and state RFPs (Requests for Proposals) and grants, focusing on governmental procurement processes. It defines the purpose of these RFPs, which is to solicit proposals for specific projects or services to be funded by federal or state grants. The main ideas include the criteria for eligibility, the application process, key deadlines, and guidelines for proposal submissions. The document emphasizes transparency, accessibility, and the importance of complying with federal regulations and local laws in proposal development and submission. Furthermore, it outlines the evaluation criteria used to assess proposals, such as feasibility, cost-effectiveness, and the potential impact on the community. Overall, this document serves as a comprehensive guideline for potential applicants to navigate the complex landscape of government funding opportunities, ensuring that proposals align with governmental priorities and standards.
    The document is a DD Form 1653 detailing transportation data for a federal procurement related to Foreign Military Sales (FMS) production and sustainment. Key components include procurement details such as PR number, commodity information, shipping terms, and transportation provisions based on various Federal Acquisition Regulation (FAR) citations. The form emphasizes contact protocols for shipping FMS and classified materials, asserting the necessity for compliance with Department of Defense regulations. Shipping instructions outline requirements for domestic and export shipments, recommending different carrier services based on shipment weight. Critical notes highlight the importance of contacting the Defense Contract Management Agency (DCMA) for shipping instructions to avoid additional costs. Overall, the document serves as a regulatory framework for managing the logistics surrounding federal contracts, specifically for military purposes.
    The document outlines specific packaging and marking requirements for military-related contracts, emphasizing compliance with various military standards and regulations. Notable references include MIL-STD-2073-1 for packaging and preservation, and MIL-STD-129 for shipment and storage markings. It mandates that all wooden packaging materials comply with International Standards for Phytosanitary Measures No. 15 to control invasive species. The document specifies that engineered containers must be adapted from existing DoD designs whenever possible, and details the processes for packaging hazardous materials according to relevant federal regulations. Additionally, it instructs contractors to provide packaging data using designated forms and to ensure that materials are prepared per established guidelines. This document serves as a critical resource for government contracting officers and vendors, ensuring adherence to stringent military logistics and safety standards in the preparation and shipment of goods.
    Similar Opportunities
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Contractor Logistic Support (CLS) for the LITENING Advanced Targeting Pod System. The primary objective of this ten-year contract is to ensure high fleet availability and operational readiness through comprehensive logistics, engineering, and training support, including maintenance, hardware and software modifications, and technical documentation. This contract is crucial for maintaining the effectiveness of the LITENING system, which plays a vital role in advanced targeting capabilities for military operations. Interested parties should direct inquiries to Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil, with the understanding that the government intends to negotiate a sole source contract with Northrop Grumman Systems Corporation, and responses to the Request for Proposal will be evaluated accordingly.
    LifeTime Buy TOW Missile System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is initiating a procurement process for a one-time purchase of seven obsolete electronic components essential for the TOW 2B Missile System, under the solicitation SPRRA2-25-R-0004. This acquisition is sole sourced to Raytheon Company, the original equipment manufacturer (OEM), due to the proprietary nature of the parts, which include Digital Signal Processors and Flash Memory. These components are critical for missile production and will be added to the existing DLA-Raytheon Depot Level Repairable contract. Interested firms must meet prequalification requirements and are encouraged to seek source approval from the U.S. Army Combat Capabilities Development Command for future opportunities. The closing date for responses is estimated to be 15 days from the issuance of this synopsis, and foreign entities must process solicitation requests through their respective embassies. For inquiries, contact Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    Multiple NSNs & PNs in support of the Patriot Weapons System
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting a contract for multiple National Stock Numbers (NSNs) and part numbers in support of the Patriot Weapons System. This procurement is specifically aimed at adding seven NSNs to the existing DLA-Raytheon Depot Level Repairable (DLR) contract, which is essential for maintaining the operational readiness of the Patriot Missile System. The components to be procured include critical electronic parts such as crystal oscillators and circuit card assemblies, which are vital for military communications and electronics systems. Interested vendors should contact Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil for further details, as the solicitation is sole-sourced to Raytheon Company, the original equipment manufacturer.
    Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential business sources for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 for the USAF C-130J fleet. This Request for Information (RFI) aims to identify qualified contractors capable of producing Group A modification kits and completing LAIRCM Block 30 installations, which are critical for enhancing the C-130J's defensive capabilities against missile threats. The selected contractors will be responsible for delivering and installing specific modification kits, ensuring compliance with security and operational standards, and demonstrating experience with the C-130J and its original equipment manufacturer, Lockheed Martin. Interested parties must submit their responses to the RFI by 4:30 PM EST on January 6, 2024, and can direct inquiries to Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil.
    Laser PFN Optical B, NSN: 1430013087006, P/N 2988771-1, for M-DP Avenger Weapon System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking a qualified contractor to provide eight units of the Laser PFN Optical B, NSN: 1430-01-308-7006, Part Number: 2988771-1, specifically for the M-DP Avenger Weapon System. This procurement is a sole-source contract awarded to Vertex Modernization and Sustainment LLC, emphasizing the need for compliance with stringent quality control measures, including a First Article Test (FAT) to be conducted 360 days post-award. The items are critical components for the Avenger weapon system, ensuring operational readiness and effectiveness. Interested contractors must submit their quotes electronically and are required to be registered in the Systems for Award Management (SAM); inquiries can be directed to Delora Crutcher at delora.crutcher@dla.mil.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is preparing to issue a Request for Proposal (RFP) for a long-term Indefinite Delivery, Indefinite Quantity (IDIQ) contract for systems and production support related to the PATRIOT Missile, with a sole source award anticipated to Raytheon Company. This contract, valued at up to $50 billion over a potential twenty-year period, aims to provide Depot Level Repairable (DLR) consumable items, including hardware, software, and logistics support services essential for the maintenance and sustainment of Raytheon's systems. The contract will facilitate the Department of Defense and other federal agencies' access to necessary support services, with the RFP expected to be released around November 1, 2024, and the contract awarded no later than March 25, 2025. Interested parties can direct inquiries to Johnna Bursk at johnna.bursk@dla.mil or Marley Joyner at marley.joyner@dla.mil.
    Sources Sought for Air Traffic Navigation Integration and Coordination System (ATNAVICS) Version 10, AN/TPN-31(V)10, Contractor Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/HBAK), is seeking capable contractors to provide Contractor Logistics Support for the Air Traffic Navigation Integration and Coordination System (ATNAVICS) Version 10. The procurement aims to identify companies that can deliver logistics support by September 2025, with options for continued support extending to 2035, encompassing 2nd Level Maintenance, engineering services, cyber security support, supply and provisioning support, Line Replacement Unit (LRU) repair, and technical manual development. The ATNAVICS system is critical for air traffic management, consisting of components mounted on High Mobility Multipurpose Wheeled Vehicles (HMMWVs) that integrate radar and communication systems. Interested parties are encouraged to submit their capabilities to Tiffany Hinson at tiffany.hinson.1@us.af.mil within 30 days of this notice, as this is a Sources Sought notice and not a formal solicitation.
    Request for Information - Coded Target Marker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for hand-held laser devices that enhance Special Warfare (SW) operations. The primary objective is to procure systems that combine multiple laser functionalities—such as near-infrared and visible aiming lasers—while minimizing Size, Weight, and Power (SWAP) and reducing costs, with a maximum weight limit of 1.5 pounds. These devices are crucial for SW missions, as they aim to streamline equipment carried by operators and improve operational efficiency. Interested vendors are encouraged to submit their product specifications, capabilities, and development roadmaps by November 1, 2024, to Jamie Sclafani at jamie.sclafani@us.af.mil, as this information will inform future acquisition strategies.
    58--RECEIVER,INFRARED, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of infrared receivers under solicitation number N00383-24-R-N377. The procurement aims to restore these critical electronic components to a Ready for Issue (RFI) condition, ensuring they meet operational standards for military applications. This contract is vital for maintaining the functionality of defense systems that rely on infrared technology, which plays a crucial role in navigation and detection. Interested contractors must submit their quotes by November 12, 2024, and can direct inquiries to Alyssa Thieu at 215-697-0169 or via email at alyssa.t.thieu.civ@us.navy.mil.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of spare parts for the Patriot (M-D6) Weapon System, specifically from Lockheed Martin Corporation. This sole-source requirement involves adding six parts to the existing Captains of Industry contract for Fiscal Years 2025-2027, with a focus on ensuring compliance with military standards for preservation and packaging. The procurement process emphasizes the importance of accurate cost and pricing data, with proposals due by 31 October 2024, and requires detailed documentation to substantiate pricing and compliance with federal regulations. Interested parties should direct inquiries to Becky Brady or Kiaunna Blevins via their provided email addresses.