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

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8540 AFLCMC HBKBROBINS AFB, GA, 31098, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Sep 11, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Aug 29, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Air Force, is seeking Contractor Logistic Support (CLS) for the LITENING Advanced Targeting Pod System (ATP) through a presolicitation notice for a ten-year contract. The contractor will be responsible for a range of services including maintenance, training, engineering support, and logistics, aimed at ensuring a 92% availability rate of the LITENING pods. This contract is critical for maintaining operational readiness and sustainability of the targeting system used by the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released on September 26, 2024, with proposals due 90 days thereafter, and should direct inquiries to Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil.

Files
Title
Posted
Nov 6, 2024, 7:28 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Nov 6, 2024, 7:28 PM UTC
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.
Nov 6, 2024, 7:28 PM UTC
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.
Nov 6, 2024, 7:28 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
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.
Apr 3, 2025, 7:05 PM UTC
The document is an amendment to solicitation FA8540-24-R-0007, issued by the Avionics division of the Air Force, specifically for contract modifications. It details necessary changes to Federal Acquisition Regulation (FAR) clauses based on recent executive orders aimed at enhancing merit-based opportunities and revoking sustainable procurement directives. The amendment includes updates to certain FAR clauses and adjustments to pricing periods for specific items, such as the LITENING Large Aperture and Datalink Replacement, with proposal response deadlines extended from May 1, 2025, to August 29, 2025. The alteration underscores standardized practices required in federal contracting while ensuring all remaining terms and conditions of the original solicitation remain unchanged. The document outlines the administration's emphasis on compliance with new legal frameworks while retaining essential procedures and timelines within the contracting process. This action reflects the government’s proactive approach to adhere to evolving policies and enhance contract management efficiency.
Apr 3, 2025, 7:05 PM UTC
The document is an amendment to solicitation FA8540-24-R-0007, issued by the U.S. Air Force at Robins AFB, Georgia, to clarify components of a proposal request. The main purpose is to establish the process for submitting two distinct proposals intended for negotiation with the government: a Follow-On Base Proposal and a LA/DLR Production Proposal. The submission deadline for the Follow-On Base Proposal is set for January 31, 2025, while the LA/DLR Production Proposal is due on August 29, 2025. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. This clarification signifies the U.S. government's intent to award a base IDIQ contract initially, followed by a modification for additional production elements. The structured amendment ensures that contractors are aware of the new timelines and the separate nature of the proposals needed. Compliance with the amendment's acknowledgement procedures is critical to ensure the validity of proposals submitted.
Apr 3, 2025, 7:05 PM UTC
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.
Lifecycle
Title
Type
Presolicitation
Solicitation
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.
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.
Contractor Logistics Support for PMA-266 MQ-9 Reaper
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking information from potential contractors for Contractor Logistics Support (CLS) for the PMA-266 MQ-9 Reaper program. This opportunity aims to identify firms capable of providing aircrew and maintenance support for the MQ-9A system, which is critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations conducted by the United States Marine Corps (USMC). The anticipated contract will cover a range of services, including organizational and intermediate-level maintenance, and is expected to span a period of 3 to 5 years, with an estimated award date in October 2026. Interested parties must submit a white paper by April 22, 2025, to the primary contact, Tiffany Horty, at tiffany.a.horty.civ@us.navy.mil.
Next-Generation Portable Therapeutic Liquid Oxygen (NPTLOX) Maintenance & Repair - Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement to gather information on potential contractors for the maintenance and repair of the Next-Generation Portable Therapeutic Liquid Oxygen (NPTLOX) systems. The procurement aims to ensure the operational readiness of over 750 NPTLOX units, which are critical for providing supplemental oxygen in medical contexts, particularly during rapid response deployments. Interested parties are invited to respond with their qualifications and capabilities, as the information will assist the government in developing an acquisition strategy; responses are due by April 25, 2025, to Meredith Parker at meredith.parker@us.af.mil and SrA Liel Stroupe at liel.stroupe@us.af.mil. This RFI is not a commitment to award a contract, and the previous contract for similar services was valued at $9.4 million.
Archer Contractor Logistics Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to issue a new five-year Indefinite Delivery Indefinite Quantity (IDIQ) sole source contract to North Point Defense Inc. for Contractor Logistics Support (CLS) and unscheduled maintenance and repairs on various configurations of the Archer Atmospheric Early Warning System (AEWS). This contract is critical as it addresses the sustainment needs of the Archer systems, which require specialized technical data and support that only the original developer can provide. Interested contractors are encouraged to submit capability statements, proposals, or quotations for consideration, although this is not a request for proposals, and the government will not cover any proposal preparation costs. For further information regarding the solicitation, interested parties should contact Captain Andrew Madison at Andrew.Madison.6@us.af.mil or Lanette Todd at Lanette.Todd@us.af.mil.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for C-40A Contractor Logistics Support (CLS) services to support seventeen United States Navy (USN) aircraft and two United States Marine Corps (USMC) aircraft. This procurement aims to establish a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to ensure the operational readiness and maintenance of these aircraft. The opportunity is critical for maintaining the fleet's capabilities and ensuring mission success. Interested parties must submit their proposals by 4:00 PM EST on May 12, 2025, and may direct inquiries to Karin Jensvold at karin.jensvold@navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.
Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE) - Contractor Logistics Support (CLS) and Production
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a follow-on sole source contract to provide Contractor Logistics Support (CLS) and production services for the Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE). The contract aims to sustain the operational capabilities of the CMBRE systems, which are critical for various military branches, including the USAF and USN, by ensuring the availability of repair services, consumable production, and maintaining cybersecurity requirements. This Indefinite Delivery, Requirements type contract will span five years, including a basic twelve-month period and four option years, with a proposal submission deadline extended to April 20, 2025. Interested parties can contact Ashley Wynn at ashley.wynn.1@us.af.mil or Benjamin Wilton at benjamin.wilton@us.af.mil for further information.
Repair of B-2 Laser Energy Monitor, Optical Assembly
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-2 Laser Energy Monitor and Optical Assembly under solicitation FA811924R0013. The procurement involves comprehensive repair, calibration, and testing services for Air Force equipment, ensuring they are restored to a serviceable condition, with specific emphasis on the incorporation of Material Lay-In as detailed in the recent amendment. This contract is crucial for maintaining operational readiness and includes a basic performance period from May 2025 to May 2030, with an option to extend until May 2035, covering various line items with firm fixed pricing. Interested contractors should reach out to Taylor Baptiste at taylor.baptiste@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further details and to ensure compliance with the outlined quality standards and timelines.
UMTE - Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. Contractors are required to adhere to strict packaging, marking, and shipping standards as outlined in the Statement of Work (SOW), which emphasizes compliance with military and hazardous materials regulations. The goods are critical for military operations, necessitating high standards of quality and traceability to ensure operational readiness. Interested parties should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, with proposals expected to meet specified timelines and quality standards as part of the procurement process.
Air Force GEN IV IPV
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation, is seeking proposals for the procurement of industrial hardware to support the United States Air Force's Air Logistics Complexes (ALCs) at Robins AFB, Tinker AFB, and Hill AFB. The objective is to supply 1,799 commercially sourced items, primarily consumable spare parts, to ensure a 99.5% First Pass Acceptance rate and minimize mechanic wait times, with a focus on items costing below $300 or $800 for avionics. This procurement is critical for maintaining operational efficiency in military maintenance and repair activities. Interested parties must register in the Central Contractor Registration database and submit their interest by April 11, 2025, with the solicitation expected to be issued around April 21, 2025. For further inquiries, contact Jennifer Dunn at jennifer.dunn@dla.mil or Robert Napolitano at robert.napolitano@dla.mil.