F-35 Flight Test Instrumentation
ID: N00019FTIType: 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
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Systems Command, is seeking to procure flight test instrumentation (FTI) for the F-35 Lightning II aircraft from Lockheed Martin Aeronautics Company, based in Fort Worth, Texas. This procurement aims to support the test and evaluation of modernization efforts, including Follow on Modernization Block 4 and Block 5, as well as future weapons integration, encompassing system engineering, design, integration, and support services. The contract will be pursued on a sole source basis, as Lockheed Martin is the only qualified source capable of fulfilling these specialized requirements due to its unique expertise and proprietary technical documentation. Interested parties may submit capability statements, but no competitive proposals will be accepted, and all inquiries should be directed to Bryana Lockwood at bryana.lockwood@jsf.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
F-35 Follow on Modernization Block 5 Upgrades
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking proposals for the F-35 Follow on Modernization Block 5 upgrades, with a focus on contract actions directed towards Lockheed Martin Aeronautics Company in Fort Worth, Texas. The procurement aims to facilitate developmental efforts for Block 4 and Block 5 upgrades, including systems engineering, prototype construction support, and comprehensive testing to ensure the F-35 Air System meets future operational requirements. This initiative is critical for maintaining the operational readiness and technological advancement of the F-35 aircraft, which is vital for national defense. Interested parties may submit capability statements or proposals within 15 days of the notice publication, and for subcontracting opportunities, they should contact Sean Lightcap at 817-584-1276.
TR-3 Follow-On Activities
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking proposals for the TR-3 Follow-On Activities related to the F-35 “Lightning II” Program. This procurement focuses on the incremental modernization efforts for the F-35, including the development and delivery of Block 4 and Block 5 upgrades, systems engineering, prototype construction, and comprehensive testing to ensure operational readiness and system integration. The contract will be awarded on a sole source basis to Lockheed Martin Aeronautics Company, the sole designer and manufacturer of the F-35, due to their unique capabilities and proprietary knowledge. Interested parties may submit capability statements within 15 days of this notice, and for subcontracting opportunities, they should contact Sean Lightcap at 817-584-1276.
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, to be awarded to Lockheed Martin Corporation. This procurement aims to conduct a comprehensive gap analysis to establish software sustainment capabilities for the F-35 Joint Strike Fighter at Robins Air Force Base in Georgia, focusing on critical operational and technical data requirements. The contract will involve the submission of various technical reports, including a Quality Control Plan and Accident/Incident Reports, with strict adherence to submission timelines and distribution restrictions to safeguard sensitive information. 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 regarding this opportunity.
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.
F-15 Infra-Red Search and Track (IRST) Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit repair services for the F-15 Infra-Red Search and Track (IRST) Pods and associated Line Replaceable Units (LRUs). The procurement aims to ensure the operational readiness of the F-15 aircraft by providing timely and efficient repair services, with a contract expected to run from April 14, 2026, to April 13, 2030, including a basic year and four one-year options. The government intends to award the contract on a sole source basis to Lockheed Martin Corporation, the original equipment manufacturer, with a maximum delivery schedule of 120 days for the base year and 90 days for option years following receipt of the pods or LRUs. Interested parties may submit capability statements or proposals for consideration, with the anticipated solicitation date set for April 30, 2025; for further inquiries, contact Ashton Kiplinger at ashton.kiplinger@us.af.mil.
C-130J MATS IV
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to negotiate a sole source contract with Lockheed Martin for the C-130J MATS IV program. This procurement involves the production and modification of various Aircrew Training Devices (ATDs) and Maintenance Training Devices (MTDs) for C-130J systems, which are critical for training and operational readiness of Air Force personnel. The contract will be structured as a 10-year Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, with a 5-year base period and a 5-year option, and is being pursued under the sole source authority due to the unique capabilities of Lockheed Martin. Interested parties may submit responses by April 24, 2025, to Kyle Patko at kyle.patko@us.af.mil, with no competitive proposals being solicited.
CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
Buyer not available
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.
69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for the procurement of Patriot missile spare parts from Lockheed Martin Missiles & Fire Control. This sole-source requirement includes six specific parts essential for the Patriot (M-D6) Weapon System, with an estimated annual demand outlined in the solicitation. The procurement is critical for maintaining operational readiness and support for the missile system, with proposals due by June 3, 2025. Interested contractors should direct inquiries to Becky Brady or Kiaunna Blevins via their provided email addresses, and are required to submit detailed cost proposals in compliance with FAR regulations.
F-16 CONTROLLER, START, NSN: 2925-01-436-7325RK, PN: AY7707382-1
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 47 units of the F-16 Controller, Start (NSN: 2925-01-436-7325RK, PN: AY7707382-1), which is critical for isolating and analyzing engine start faults in aircraft. This solicitation is a sole source acquisition, emphasizing compliance with military packaging and marking standards, including adherence to the "Buy American Act" and specific transportation instructions. The selected contractor will be responsible for ensuring that all items meet stringent quality assurance and inspection requirements, with a submission deadline set for April 28, 2025. Interested parties can reach out to John Nolan at john.nolan.8@us.af.mil or 405-855-3542 for further details regarding the solicitation process.