Notice of Intent to Sole Source to the Lockheed Martin Corporation
ID: FA880724CB001-Notice-001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8807 MIL COMM AND PNT SSC/CGKEL SEGUNDO, CA, 90245-2808, USA

NAICS

Engineering Services (541330)

PSC

SPACE R&D SVCS; SPACE FLIGHT, RESEARCH & SUPPORTING ACTIVITIES; R&D FACILITIES & MAJ EQUIP (AR15)
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, 8:00 PM UTC
Description

The Department of Defense, specifically the Space Systems Command (SSC) Military Communications & Positioning, Navigation and Timing (CGK) Division, intends to issue a sole source contract modification to Lockheed Martin Corporation for the continued performance of risk reduction and early design for the Mobile User Objective System (MUOS) Service Life Extension Phase I. This contract modification will extend performance for six months, from August 2, 2025, to February 1, 2026, with the option for six additional one-month extensions through August 1, 2026, to accommodate any unforeseen delays. The services are critical for ensuring the ongoing functionality and reliability of military communications systems, and the government has determined that competition would lead to significant costs and delays. Interested parties must submit their rationale for consideration by 1:00 PM PDT on April 14, 2025, to the designated contacts, Sandy Roche and Patrick Heppard, via the provided email addresses.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
United States Marine Corps (USMC) Enterprise Commercial Satellite Services (MECS2)
Buyer not available
The Department of Defense, through the United States Marine Corps (USMC), is seeking qualified contractors to provide Enterprise Commercial Satellite Services (MECS2) under solicitation FA2541-25-R-B005. This procurement aims to secure transponded bandwidth capacity and managed services utilizing various satellite transmission frequency bands, ensuring global coverage and high-capacity services, including Worldwide Internet Protocol (IP) backhaul to the Department of Defense Information Network (DoDIN). The contract will be structured as a single award Indefinite Delivery, Indefinite Quantity (IDIQ) with a performance period from September 17, 2025, to September 16, 2032, and proposals are due by June 2, 2025. Interested offerors should direct inquiries to the primary contact, Anar Wagner, at anar.wagner@spaceforce.mil.
Microwave Radio Test Sets (MRTS) Sole Source Procurement
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is initiating a sole-source procurement for Microwave Radio Test Sets (MRTS) to support testing of existing and future tactical Satellite Communications systems. The MRTS will be utilized for real-time fault isolation testing of Radio Frequency transmit and receive paths, and it is essential that these units are calibrated biannually or as needed. Keysight Technologies is identified as the sole provider of the MRTS due to its proprietary N9915A FieldFox system, which meets the specific operational requirements of the Marine Corps. The planned contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) with a Firm Fixed Price (FFP) structure, covering a base year and three additional one-year ordering periods, with the anticipated solicitation release in April 2025. Interested vendors may contact Contract Specialist Mark Denhup at mark.denhup2@usmc.mil for further information.
Suite of Integrated Radio Frequency Countermeasures (SIRFC) system
Buyer not available
The United States Special Operations Command (USSOCOM) is seeking to award a non-competitive sole source follow-on contract for the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC) system. This procurement will encompass Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support, primarily aimed at sustaining the AN/ALQ-211 system. The intended award will be a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, with a five-year ordering period and a six-month extension option. Interested parties must submit their statements of interest and supporting documentation to Mrs. Stephanie Dillon at stephanie.f.dillon.civ@socom.mil by 10:00 am Eastern Time on December 27, 2024, to be considered for this opportunity.
Mid Range Capability (MRC) Production
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.
USSF Commercial Satellite Communications (COMSATCOM) Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026
Buyer not available
The United States Space Force (USSF) is preparing to issue potential Requests for Proposals (RFPs) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The procurement will focus on acquiring satellite communication services, including Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions, to enhance the operational capabilities of the Department of Defense. This initiative is critical for maintaining effective communication infrastructure and adapting to emerging technology needs across military operations, with anticipated projects such as the USAFRICOM COMSATCOM Services Blanket Purchase Agreement valued between $215 million and $225 million. Interested industry stakeholders can contact John Seacrist at john.seacrist@spaceforce.mil for further information, with the attachment detailing requirements current as of December 2024.
Marine Corps Wideband Satellite Communications - Expeditionary Program
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MCSC), is conducting market research to identify industry capabilities for supporting the Marine Corps Wideband Satellite Communications – Expeditionary (MCWS-X) program. The MCSC is specifically seeking vendors who can provide system maintenance, sustainment, and the development of new terminals to enhance existing communications capabilities, as they currently rely on L3Harris for these services. The MCWS-X terminals are critical for rapid deployment and high data throughput, utilizing advanced satellite communications technology that is compatible with both legacy and future systems. Interested parties must submit their responses detailing their capabilities and proprietary information by May 7, 2025, via email to the primary contact, Victoria Downing, at victoria.downing@usmc.mil, or the secondary contact, Leigh Anne Romo, at leigh.a.romo.civ@usmc.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.
Notice of Intent to Award Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.
Contract Period of Performance (PoP) Extension and Options for Additional Modified Ballistic Re-Entry Vehicle (MBRV)-11 Development, Production, Delivery, and Launch Operations
Buyer not available
The Missile Defense Agency (MDA) is seeking market research responses for a contract extension and options for additional Modified Ballistic Re-Entry Vehicle (MBRV)-11 development, production, delivery, and launch operations. The objective is to extend the current contract period of performance by three years and to add options for three additional MBRV-11s, which are critical for supporting various missile defense system test missions. This procurement is vital for ensuring the continued production and execution of subscale targets necessary for the MDA's Integrated Master Test Plan (IMTP) and to address evolving missile threat scenarios. Interested parties must submit their responses by April 16, 2025, to the designated email address, and are encouraged to monitor the government procurement website for future opportunities.
99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 13 units of the Receiver Transmitter, in repair/modification of NSN 0R-0098-LLZ98S445-CC. This procurement is a sole source requirement intended for L3 Technologies Inc., as the government lacks sufficient data to contract with other sources. The items are critical for military operations and are subject to Free Trade Agreements and Government Source Approval prior to award. Interested vendors must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online, and can direct inquiries to Cody P. Cameron at cody.p.cameron.civ@us.navy.mil. The contract will be awarded following the submission of proposals, with no specific funding amount disclosed.