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 Lightning II Lots 20-21 DCS
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the provision of Drag Chute Systems for the F-35 Lightning II Lots 20-21. This procurement is critical as it supports the operational capabilities of the F-35 Joint Program Office, which is essential for maintaining advanced military aviation standards. The anticipated award date for this contract action is in the second quarter of calendar year 2026, and interested parties may submit capability statements to Nicole Lawrence at Nicole.Lawrence@jsf.mil within fifteen days of this notice. Small businesses seeking subcontracting opportunities should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.
F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract to Northrop Grumman Systems Corporation for the F-35 Lightning II Joint Strike Fighter – Lot 19 Center Fuselage Tooling Recovery. This procurement involves the inspection, verification, disassembly, packaging, handling, shipping, storage, and identification of Special Tooling (ST) and Special Test Equipment (STE) necessary for the F-35 program. The tooling and equipment are critical for maintaining the operational readiness and production capabilities of the F-35 aircraft. Interested parties may submit capability statements within fifteen days of this notice, with the anticipated contract award date expected in the third quarter of calendar year 2025. For inquiries, contact Joseph Delmontagne at joseph.delmontagne@jsf.mil or Farida Eady at farida.eady2@jsf.mil.
Sole Source Pre-Solicitation: Follow-on Sustainment of Lockheed Martin Proprietary Components to the AEWS AN/FPS-117 Radar System
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract to Lockheed Martin Corporation for the follow-on sustainment of proprietary components related to the AEWS AN/FPS-117 Radar System. This contract will encompass a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a potential six-month extension, aimed at providing comprehensive Contractor Logistic Support (CLS) services, including engineering, program management, and emergency services for the radar system. The AEWS is critical for atmospheric early warning and consists of 27 operational sites across Alaska, Canada, and Hawaii, with the contract performance expected to include various hardware and software assemblies essential for maintaining operational readiness. Interested parties may submit capability statements or inquiries to Christopher Jarman or Cameron Tucker via the provided email addresses, with responses due by the specified deadline.
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.
FA823225ESA - F-16 Avionics Hardware and Software Integration - Sources Sought
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking engineering services for the modification of Operational Flight Program (OFP) software and hardware integration for the F-16 aircraft, specifically targeting five subsystems including the Commercial Central Interface Unit (CCIU) and Advanced Color Multi-Function Display (ACMFD). This procurement is critical for enhancing the operational capabilities of the F-16 systems, with the government planning to award a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, anticipated in May 2025, under sole-source authority to ELBIT Systems of America. Interested vendors are invited to submit capability statements within 45 days of the notice, and inquiries should be directed to Contract Specialist Kayla Flores at kayla.flores@us.af.mil or by phone at 801-777-3280.
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.
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
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.
Sources Sought - F16 Crash Survivable Flight Data Recorder. Please see enclosed sources sought PDF for details.
Buyer not available
The Department of the Air Force is seeking qualified sources for the redesign and sustainment of the F-16 Crash Survivable Flight Data Recorder (CSFDR), also known as the Joint Electronic Data Acquisition Interface (JEDAI) system. The procurement aims to identify contractors capable of redesigning obsolete components, creating prototypes, updating technical data, and managing logistics for the USAF F-16s and Foreign Military Sales. This initiative is crucial for maintaining the operational integrity and safety of the F-16 aircraft, with the potential for a sole-source contract to the incumbent, Lockheed Martin Aeronautics. Interested parties must respond within 15 days of the notice posting, providing details of their qualifications and capabilities, and can contact Sean Neilson at sean.neilson.2@us.af.mil or 801-750-9357 for further information.