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

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Contractor Logistic Support (CLS) for the LITENING AN/AAQ-28 Comprehensive Advanced Targeting Pod System. The contractor will be responsible for providing a range of services including maintenance, training, engineering support, and logistics over a ten-year period, with a focus on ensuring high operational availability and compliance with military specifications. This contract is critical for maintaining the functionality and readiness of advanced targeting systems used by the U.S. military. 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. 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.

    Files
    Title
    Posted
    The DD Form 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government RFPs, grants, and state/local RFPs. This form details data item requirements, specifically for technical manuals (TM) related to the AN/AAQ LITENING system under Contract Line Item Number (CLIN) X048 and Contract/PR No. F3QCAB4100A001. Key instructions cover the preparation of the form for government personnel and pricing guidance for contractors, categorizing data into four groups based on development effort and cost. Important remarks include using Wide Area Workflow (WAWF) for inspection and acceptance, specific approval processes, and a Distribution Statement E unless otherwise updated. All technical data transmissions must occur via secure methods like DoD SAFE, not email, with final delivery due 30 days prior to production hardware delivery to the USAF.
    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.
    This Contract Data Requirements List (CDRL) outlines the requirement for Northrop Grumman Systems Corporation to provide "Computer Program Identification Number (CPIN) Catalog Information" for the LITENING system. The contractor is responsible for requesting CPIN assignments for the LITENING Operational Flight Plan (OFP) in coordination with the assigned LITENING Equipment Specialist. These requests must be made NLT 30 calendar days prior to software Critical Design Review (CDR) via the https://acpins.tinker.af.mil website. Updates are to be delivered as required. Upon final approval of new software OFP, the data must be submitted electronically to the contractor's NGC Livelink Website and one hard copy on CD-ROM or DVD to AFLCMC/WNV Attention: Security Office at Robins AFB GA. The distribution of this document is restricted to DoD Components only due to direct military support, critical technology, and export control classifications.
    This government document is an amendment to a solicitation, specifically modification FA8540-24-R-0007-0006. Its main purpose is to extend the proposal response date for a request for proposal (RFP) from August 29, 2025, to September 12, 2025, allowing for additional time following a review and decision by the U.S. Government. The document outlines key administrative details, including the contact information for the issuing office and the buyer, Cheri L. Thetford. It specifies that all other terms and conditions of the original solicitation remain unchanged and in effect. The amendment emphasizes the importance of acknowledging receipt of this amendment prior to the stated deadline to avoid rejection of offers. The amendment serves as a procedural modification within the context of government procurement and contracts, facilitating the submission process for potential contractors.
    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.
    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.
    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.
    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.
    This document is an amendment to the solicitation FA8540-24-R-0007, effective May 20, 2025, issued by the Avionics division at Robins AFB, GA. It outlines critical updates to a contract for logistics support concerning the LITENING Targeting Pod. Key modifications include the removal of certain production initiatives related to LDP/ELDP Pods from the existing contract while retaining the modifications and sustainment configurations. Additionally, typographical errors in contract line item numbers (CLINs) have been corrected, and new titles, such as “Availability Support Fixed,” have been added to relevant CLINs. The document emphasizes that all other contract terms remain unchanged. The specified contractor will provide logistics support for a period of 12 months, ensuring quality assurance and compliance with industry standards indicated (AS9100 REV D). The amendment also mentions inspection and acceptance criteria, underscoring the importance of destination-based evaluations. This amendment reflects the government's responsibility in managing defense contracts effectively while ensuring continuity in logistic services for critical military assets.
    This government document is an amendment to solicitation number FA854024R0007, effective September 2, 2024. The amendment primarily focuses on updating and revising clauses and provisions within the solicitation. Key changes include adding relevant and mandatory clauses in Sections F, G, I, and K, while removing several inapplicable clauses across various sections. Additionally, the amendment reserves specific Electronic Line Item Numbers (ELINs) such as A008, A019, and A00H, and updates descriptions and Data Item Descriptions (DIDs) for ELINs A00J, A00Y, A00Z, A01F, and A01G. All other terms and conditions of the original solicitation remain unchanged. The amendment details specific clauses related to F.O.B. origin, Wide Area Workflow payment instructions, security incident reporting and procedures, validation of asserted restrictions on technical data, safeguarding covered defense information, and item unique identification and valuation.
    This document outlines the Contract Data Requirements List (CDRL) for the Comprehensive Advanced Targeting Pod AN/AAQ-28 LITENING Targeting Pod System (LTPS) program, specifically focusing on Technical Manual Contract Requirements (TMCR). The contractor, Northrop Grumman Systems Corporation, is responsible for developing and delivering technical manuals in accordance with TM-86-01 and the attached TMSS Tailoring Tool. Key requirements include semi-annual updates to TO 11F1-AAQ28-2, ensuring technical accuracy and safety, and adhering to specific delivery schedules for in-process reviews, verification, and final submission. All electronic PDF files must be non-password protected. Technical data transmission must occur via DoD SAFE or similar secure methods, not email. The contractor must also support Government verification activities and comply with DFARS provisions regarding data rights, granting the Government unlimited rights in all source data and TO publications developed under the contract.
    The Engineering Change Proposal System Safety Report (ECPSSR), documented in DI-SAFT-80103D, provides instructions for documenting the safety impacts of proposed engineering changes (ECPs) or Change Notices (CNs) throughout a system's life cycle. This report is crucial for federal government RFPs, federal grants, and state/local RFPs to ensure that all modifications are thoroughly evaluated for safety implications. The ECPSSR must detail the reason for the ECP, identify all hazardous areas, list existing hazards impacted by the ECP (including potential changes to their MIL-STD-882E(C1) Risk Assessment Code (RAC)), and summarize the overall safety impact. It also requires identifying necessary updates to hazard analyses and listing all software affected by the ECP, with an estimation of impacts on Software Control Category (SCC), Software Criticality Index (SwCI), and Level of Rigor (LOR) task activities. The report ensures comprehensive safety assessments for any engineering modification, maintaining compliance and mitigating risks.
    The System Safety Hazard Analysis Report (SSHAR), identified as DI-SAFT-80101D, is a crucial government document used to systematically identify, evaluate, and control hazards within systems. It requires contractors to provide a detailed report in their own format, outlining the system's physical and functional characteristics, including software components and their safety-relevant interdependencies. The report must summarize data used for safety design, present hazard analysis results in narrative or matrix format, and include specific information for each identified hazard. This includes the system/subsystem/unit involved, component failure modes, software faults, the associated phase of operation, a description of system events, hazard descriptions, identification/indication methods, potential effects, risk assessments (both pre and post-action), recommended actions for elimination or control, and their impact. Additionally, the SSHAR mandates a complete list of caution and warning notes for manuals and training. Finally, it requires a description of all hazard analysis methods and techniques employed, along with underlying assumptions and data used.
    The DI-SAFT-82085A document outlines the Hazard Tracking System (HTS) Data Item Description (DID), superseding DI-SAFT-82085. It details the requirements for contractors to document and track hazard information in accordance with MIL-STD-882E(C1) for Department of Defense (DoD) systems, equipment, and facilities. The HTS data, delivered in a government-compatible format, must include a unique hazard identifier, system/subsystem descriptions, hardware and software characteristics, human and environmental factors, hazard descriptions, safety relationships to requirements, risk assessments, hazard controls, hazard status, related hazards, and other anomalies. Additionally, the DID specifies requirements for Software Level of Rigor (LOR) Data, encompassing software unit information, SwCI/LOR determination rationale, LOR activities, and their status, including incomplete activities and necessary government decisions. The purpose is to ensure comprehensive hazard tracking and software safety throughout developmental and sustaining engineering activities.
    Similar Opportunities
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    ACT/Lockheed spare aircraft parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    Spatial Disorientation CLS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    F-100 Tube Assembly, Metal
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    TMQ-53 CLS Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the TMQ-53 Tactical Meteorological Observing Systems as part of the Expeditionary Meteorology (ExMet) program. This program aims to ensure the operational availability of the TMQ-53 systems at 96%, providing critical weather data for flight operations, combat missions, and emergency evacuations in various environments. Key requirements include 24/7 helpdesk support, timely provision of spare parts, comprehensive program management, and adherence to cybersecurity compliance, with detailed reporting on operational status and costs. Interested parties should contact Capt Christopher Thier at christopher.thier@us.af.mil for further information regarding this total small business set-aside opportunity.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.