F-35 Joint Program Office (JPO) ALIS Formal Training
ID: N00019-24-NORFP-JSF000-0476 Type: Combined Synopsis/Solicitation
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
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 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 Common Configuration Aggregation and Reporting Tool (CART) Development Phase 1 and 2
    Active
    Dept Of Defense
    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.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Active
    Dept Of Defense
    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.
    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.
    FMS/USAF Precision Attack Production & Sustainment SNIPER, LANTIRN, IRST-Legion ID/IQ
    Active
    Dept Of Defense
    The U.S. Air Force plans to award a sole-source contract to Lockheed Martin for precision attack production and sustainment, including Sniper Advanced Targeting Pods, LANTIRN pods, and IRST Legion pods, predominantly supporting Foreign Military Sales. With an anticipated award date of 7 November 2025, the 7-year contract will include provisions for various CLINs. The RFP will be sent to the selected vendor around 30 August 2024. The Air Force Life Cycle Management Center requires these services to maintain aircraft targeting and navigation systems, essential for national defense. The contract, worth an estimated $1 billion, will be awarded through a competitive process, with responses due by 30 September 2024. For more information, interested parties can contact Shameka Schley or Ashley Davis via email.
    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.
    : MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking to procure MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION, GUI SPARES (NSN 1420-01-540-8608) from LOCKHEED MARTIN. This item is typically used for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The procurement is for a three-year period of performance. The item is restricted to LOCKHEED MARTIN COMPANY. Interested firms must meet prequalification requirements to be eligible for award. The closing date for the solicitation is estimated and may be adjusted. The SAM.GOV website will be used for issuing the solicitation and related information.
    LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to award a ten-year sole source contract for Contractor Logistics Support (CLS) of the LITENING Comprehensive Advanced Targeting Pod (ATP) to Northrop Grumman Corporation. The contractor will be responsible for a range of services including availability support, maintenance and aircrew training, engineering services, replenishment spares, hardware and software modifications, and technical documentation, both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for maintaining the operational readiness and effectiveness of the LITENING Pod System, which plays a significant role in advanced targeting capabilities. Interested parties may submit capability statements for consideration, with the Request for Proposal (RFP) expected to be released on September 26, 2024, and responses due within 90 days of issuance. For further inquiries, potential offerors can contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil.
    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.