LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
ID: FA8540-24-R-0007Type: Presolicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking contractors to provide Contractor Logistic Support (CLS) for the LITENING AN/AAQ-28 system, as outlined in the presolicitation notice FA8540-24-R-0007. The procurement focuses on comprehensive management, engineering, production, repair, and logistics support for the LITENING Advanced Targeting Pod System (LTPS) over a potential ten-year period, with an emphasis on maintaining a 92% availability rate and ensuring compliance with military specifications. This contract is critical for sustaining operational readiness and effectiveness of military operations, highlighting the importance of rigorous quality management and data compliance. Interested contractors should submit their proposals, including detailed cost breakdowns and compliance documentation, by May 1, 2025, and may contact Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil for further information.

    Files
    Title
    Posted
    The Performance-Based Work Statement (PWS) outlines the responsibilities of Northrop Grumman Systems Corporation (NGSC) regarding the maintenance and support of the LITENING Advanced Targeting Pod System (LTPS) for the U.S. Air Force and other military branches. The primary objective is to ensure high fleet availability and operational readiness of the targeting system through comprehensive logistics, engineering, and training support. The contract spans ten years, with an initial one-year ordering period, allowing for various support services including production, repairs, and upgrades of the targeting pods. Key operational requirements include achieving a minimum 92% fleet availability rate, engineering support, and addressing potential obsolescence issues. The contractor must implement a robust data management system and risk management protocols while adhering to specific quality standards and documentation procedures. The PWS also emphasizes the importance of collaboration with government personnel in maintaining supply chain efficiency and logistics support for both domestic (CONUS) and overseas (OCONUS) operations, ensuring continual access to the necessary resources for mission success. Overall, this document serves as a crucial guideline for managing the lifecycle of the LITENING ATP, ensuring effective and timely support aligned with military operational goals.
    The Performance Work Statement (PWS) outlines the responsibilities of Northrop Grumman Systems Corporation (NGSC) regarding the LITENING Advanced Targeting Pod System (LTPS) for the United States Air Force and associated branches. This contract encompasses management, engineering, production, repair, and logistics support over a 10-year period with an initial year followed by four options for additional years. Key objectives include maintaining a 92% availability rate of the LITENING pods and providing all essential support services such as logistics, technical training, and configuration management. Major elements include contractor logistics support, counterfeit electronic parts detection, and a comprehensive data management system. The contractor is responsible for adhering to quality management standards and ensuring compliance with applicable military specifications and regulations. Additionally, provisions for over-and-above repairs, reporting on government property, and maintaining effective communication with governmental agencies are stipulated. Overall, this document reflects the government’s emphasis on high operational readiness and sustainability of the LITENING system, ensuring contractors implement rigorous quality and risk management processes while fostering efficient support for military operations.
    The AFMC Form 158 outlines packaging and marking requirements for government contracts, emphasizing adherence to military standards for the preparation and shipment of items. It specifies that all packaging must comply with MIL-STD-2073-1 for preservation and packing, and MIL-STD-129 for shipment marking. Container marking requirements must follow international standards, particularly for timber materials to prevent invasive species introduction as per ISPM No. 15. Key sections include instructions for contracting officers on specialized containers and the packaging of hazardous materials, which must follow various regulatory guidelines including the CFR and Air Force manuals. Additionally, contractors are required to provide specific packaging data aligned with military standards. Overall, the document ensures that all contract deliverables are properly packed and marked to maintain safety and regulatory compliance, reflecting the government's emphasis on operational effectiveness and environmental responsibility in logistics and inventory management.
    The document is a DD Form 1653, which provides essential transportation data related to solicitations for government contracts, particularly for procurement transactions. It includes fields for various details such as procurement numbers, dates, commodities, stock numbers, and recommended F.O.B. (Free On Board) terms, which can be either origin or destination-based. The form outlines applicable transportation provisions and clauses referencing the Federal Acquisition Regulation (FAR). Key highlights include specific requirements for foreign military sales, such as timely communication with the DCMA Transportation Office and maintenance of shipping documents. It emphasizes using appropriate transportation methods for different shipment types, including door-to-door carriers for domestic and Worldwide Express for lighter export shipments. Additional notes inform contractors of necessary actions and documentation for shipments, particularly those concerning classified materials or overseas movements. The overarching purpose of this form is to ensure compliance with regulations and efficient handling of transportation logistics within the scope of federal contracting and procurement processes. This document underscores the importance of clear instructions and timely communication among involved parties to reduce potential complications in transportation.
    The document outlines a testing and evaluation budget proposal for the Over & Above project. It includes a detailed breakdown of costs related to various components, such as Pod, FS, FEU, SEU, IU, PSU, ECU, and specific variants like PNP and VAADR, as well as others like VRMM and MPU. Each item lists a corresponding cost, fee, and total, indicating a structured approach to financial planning within the project framework. The overarching purpose is to facilitate thorough evaluation processes necessary for the successful implementation and compliance of the project, which falls under the broader context of government RFPs. The focus on different variants suggests a comprehensive methodology designed to address multiple facets of evaluation, ensuring all elements are assessed for effectiveness and efficiency. This structured financial outline is essential for resource allocation and project management in government contracting settings.
    The document outlines the Contract Data Requirements List (CDRL) for the LITENING System under a contract with Northrop Grumman Systems Corporation (Contract # FA8540-XX-D-XXXX). It details various data item descriptions (DIDs) that the contractor is required to produce, including titles, authority references, submission frequencies, and distribution requirements. The main purpose is to ensure compliance with specifications related to the LITENING program, facilitating effective management of data related to electronic warfare systems. Key items include Presentation Material, Deficiency Reports, Engineering Change Proposals, Software Version Descriptions, and various reports needed for maintenance and safety assessment. Each item has specific submission protocols, review cycles, and distribution statements that guide documentation handling and approval processes. The CDRL is structured with distinct sections for each data item, providing a comprehensive reference for contractors regarding their obligations in submitting necessary documentation. This protocol supports the government's oversight and administration of defense contracts, ensuring adherence to standards critical for mission success and operational reliability.
    The document outlines an amendment to solicitation FA8540-24-R-0007, issued by the U.S. Air Force's Avionics division at Robins AFB, Georgia. The amendment modifies the original solicitation by replacing the Performance Work Statement (PWS) with a revised version and incorporates a new Contractor Deliverable Requirement List (CDRL) document. It also updates the CDRL line items according to recent revisions in procurement guidelines. Notably, the U.S. government requests proposals for production pricing related to the LITENING Large Aperture system and its configurations, including data links, with a response deadline set for May 1, 2025. The document emphasizes the importance of submitting amendments for consideration to avoid rejection of offers, reflecting standard practices in government procurement and service contracts.
    This document serves as an amendment to solicitation FA8540-24-R-0007, issued by the U.S. Air Force's Avionics division, updating instructions for contractors responding to a Request for Proposal (RFP) related to the LITENING CATP project. The primary focus is on the requirement for offerors to submit fully supported cost proposals, including certified data and detailed breakdowns by cost element and fiscal year. Additionally, non-compliance with proposal guidelines necessitates immediate correction within a specified timeframe. The document outlines expectations for cost proposal adequacy, including the use of a Proposal Adequacy Checklist (PAC), breakdown of costs associated with different contract line items, and submission of detailed historical cost data from previous acquisitions. Emphasis is placed on ensuring all subcontractor pricing data is appropriately documented and transparent, particularly for high-value contracts. Contractors are also instructed on the submission process, including both electronic and hard copy formats, with strict requirements for maintaining proposal currency throughout the acquisition process. This amendment underscores the U.S. government's commitment to meticulous expenditure management and thorough cost analysis in its contracting processes.
    Similar Opportunities
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    T-38 Avionics Sustainment and Support Program
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for the T-38 Avionics Sustainment and Support Program (ASSP), which involves Contractor Logistics Support (CLS) for approximately 442 T-38C aircraft across multiple bases. The contractor will be responsible for a range of services including supply chain management, systems engineering, hardware and software upgrades, and courseware maintenance, ensuring the avionics systems remain operational for various U.S. Air Force training programs. This program is critical for maintaining the readiness and operational capability of the T-38C aircraft, which are used for pilot training and flight test programs. The anticipated contract will be awarded as a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued up to $900 million, with a performance period from January 2026 to January 2036, and proposals are expected to be submitted electronically in response to the solicitation anticipated to be posted in December 2024. Interested parties can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416 for further information.
    Cleaning Laser Ablation Depaint System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of a Cleaning Laser Ablation Depaint System, known as the CL2000, to be utilized at Robins Air Force Base in Georgia. The contract involves the supply, installation, and training for two laser systems, which will replace existing media blasting processes that pose safety and environmental risks. This procurement is critical for enhancing safety during aircraft maintenance operations and ensuring compliance with Occupational and Environmental Exposure Limits. Interested contractors should contact Natalie Roberson at natalie.roberson@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details, as the contract includes specific requirements for safety training and environmental management compliance.
    Logistics Readiness Squadron Capabilities
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Command, is seeking industry insights for the Logistics Readiness Squadron Capabilities (LRS-C) services, aiming to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) for logistics support across all Air Force bases. The procurement focuses on comprehensive logistics services, including material management, traffic management, vehicle management, fuels management, and surge support, with a performance period potentially extending up to six years. This initiative is critical for enhancing the efficiency and effectiveness of logistics operations within the Air Force, ensuring robust support for military readiness. Interested vendors must submit their capabilities and past performance information by February 14, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Squadron Capabilities 488119
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for the Logistics Readiness Squadron Capabilities (LRS-C) as part of a potential enterprise contract. The objective is to gather information from vendors capable of providing logistics support services across 27 locations, including material management, traffic and vehicle management, fuels management, and ground transportation, under a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) framework with a potential performance period of up to six years. This initiative is crucial for enhancing operational readiness and support across Air Force bases, both within the continental United States and overseas. Interested vendors must submit their capability assessments by March 3, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
    ATFLIR Repair Requirements in Support of FMS
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support, is soliciting proposals for the repair of ATFLIR (Advanced Targeting Forward-Looking Infrared) systems in support of Foreign Military Sales (FMS). The procurement aims to ensure the operational readiness and reliability of these critical aircraft components, which play a vital role in advanced targeting and reconnaissance missions. Interested contractors should note that the opportunity falls under the NAICS code 336413, focusing on Other Aircraft Parts and Auxiliary Equipment Manufacturing, and the PSC code 1680, which pertains to Miscellaneous Aircraft Accessories and Components. For further inquiries, potential bidders can contact Erin Dolan at 215-697-2995 or via email at erin.e.dolan11.civ@us.navy.mil.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    5841-01-645-7706 (25-R-0238)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 10 Receiver Subassemblies (NSN: 5841-01-645-7706, P/N: CLR1997) for the F-16 radar system. This solicitation, identified as SPRHA4-25-R-0238, requires qualified manufacturers to meet stringent qualification criteria, including the submission of a qualification test plan and compliance with military packaging standards. The Receiver Subassembly is a critical component of the AN/APG-68 radar system, which plays a vital role in the operational capabilities of the F-16 aircraft. Proposals are due by March 14, 2025, and interested parties can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil for further details.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under the contract titled "SPRRA225R0002 MLRS SPARES." This procurement is classified as a sole-source requirement to Lockheed Martin and includes stipulations for first article testing, packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors should note that the proposal due date has been extended to April 2, 2025, and must acknowledge the amendments to the solicitation. For further inquiries, potential bidders can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.