F-35 Lightning II Joint Program Office Aircraft Armament Equipment (AAE) BRU-67, BRU-68, LAU-147, and LAU-147A/A Procurement – Notice of Intent
ID:  N00019-24-RFPREQ-JSF000-0838Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The F-35 Lightning II Joint Program Office intends to award a sole source contract to L3Harris for the procurement of Aircraft Armament Equipment (AAE) BRU-67, BRU-68, LAU-147, and LAU-147A/A. These equipment are used for the F-35 aircraft and are essential for its armament capabilities. L3Harris is the only known qualified and responsible source capable of fulfilling the requirements specified. The contract is anticipated to be Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with delivery starting in 2028. Interested sources may submit a capability statement, proposal, or quotation for consideration. The deadline for response is August 1, 2024, at 1500 Eastern Time. For more information, contact Kieran Farrell at Kieran.Farrell@jsf.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    62--LIGHT,WARNING - AND OTHER REPLACEMENT PARTS
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a sole-source contract to supply replacement parts for aircraft. These components are critical to ensuring the operational readiness of Navy aircraft, as they are used for warnings and other vital functions. The solicitation specifies that prospective suppliers must provide detailed information as outlined in the NAVSUP WSS Source Approval Brochure for approval prior to award. This is due to the Navy's lack of access to the necessary data to contract with any other source. NADCAP accreditation or an equivalent laboratory accreditation in testing and calibration is a key requirement. Offerors should take note that proposals must include the latest revisions of drawings numbered 3890AS004639-01, 3890AS004640-01, 3890AS004641, and 3890AS004642, and compliance with IPC/EIAJ-STD-001C where MIL-STD-454 is referenced. Interested parties should contact Alexis Healy at alexis.k.healy.civ@us.navy.mil for further information. Funding for this procurement reaches up to $1250, and submissions will be valid for at least 120 days.
    F-35 Radio Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of F-35 radio equipment, including essential parts and accessories necessary for the system's full functionality. This requirement emphasizes the acquisition of L3 brand products, although alternatives will also be considered, and includes a total of 32 specific items such as multiband radios and their accompanying accessories. The procurement is part of a broader initiative to enhance military communication capabilities and is particularly focused on promoting participation from Women-Owned Small Businesses (WOSB). Interested vendors should direct inquiries to Emily Crotta or Nicholas T. Fyffe, with proposals due as specified in the solicitation documents, and compliance with federal acquisition regulations is mandatory.
    16--WEAPONS STATION CON
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 11 units of a specific item identified by NSN 7R-1680-016612607-P8, with reference number 187362-001. This procurement is categorized under miscellaneous aircraft accessories and components, highlighting the critical nature of these supplies for military operations. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, Joseph F. Bodnik can be contacted at (215) 697-2196 or via email at JOSEPH.BODNIK@NAVY.MIL.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    SOLE SOURCE – Contractor Sustainment Support (CSS) Services in support of Target Sight Systems (TSS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to modify an existing contract for Contractor Sustainment Support (CSS) Services related to the Target Sight Systems (TSS) provided by Lockheed Martin Corporation. The modification aims to extend the period of performance for engineering, logistics support, and Foreign Military Sales (FMS) associated with the AN/AAQ-30 series of TSS until September 30, 2025, with an anticipated value of approximately $10 million. This procurement is critical as Lockheed Martin is the sole designer and manufacturer of the TSS, possessing the unique technical expertise and resources necessary to fulfill the government's requirements. Interested parties can direct inquiries to Valerie Smith at valerie.c.smith25.civ@us.navy.mil, with the proposal anticipated to be awarded by September 30, 2024.
    F-35 Fuel Shop Stand/Platform
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of three specialized maintenance stands for the F-35 Joint Strike Fighter aircraft, as outlined in the Request for Proposal (RFP) number W50S6Y24RA007. These maintenance platforms are essential for enabling safe access to difficult-to-reach areas of the aircraft during fuel-related maintenance operations, which require personnel to work in challenging conditions. The contract is set aside for small businesses and includes specific requirements such as height adjustments, power supply needs, and safety features, with a firm-fixed-price model and a delivery timeline of 120 days post-award. Interested vendors should submit their proposals electronically, adhering to federal acquisition regulations, and can contact TSgt Jonathan Acree at jonathan.acree@us.af.mil or 904-741-7441 for further information.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of Patriot missile spare parts from Lockheed Martin Corporation, under a sole-source contract. This procurement, identified as solicitation SPRRA224R0023, aims to add six parts to the existing Captains of Industry contract for Fiscal Years 2025-2027, specifically supporting the Patriot (M-D6) Weapon System. The selected contractor will be responsible for providing detailed cost proposals, including supporting documentation and compliance with military standards for packaging and delivery. Interested parties must submit their proposals by the revised deadline of September 26, 2024, and can direct inquiries to Becky Brady or Kiaunna Blevins via their provided email addresses.
    Notice of Intent to Sole Source -PHOENIX LIDAR SYSTEMS LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Phoenix Lidar Systems LLC for the procurement of a miniRANGER-3 LITE system, complete with software and accessories, for the 802 Civil Engineering Squadron. This specialized equipment is crucial for search, detection, navigation, and guidance applications, particularly in unmanned aircraft operations. The government is soliciting interest from other potential suppliers, but market research indicates that Phoenix Lidar Systems LLC is the only qualified source capable of fulfilling the requirements. Interested parties may submit their quotes by September 11, 2024, at 12:00 PM CST, and should direct inquiries to Bismark Badu at bismark.badu.3@us.af.mil or call 210-671-1727.
    SPE4A724R0819- 1560- BRACKET,STRUCTURAL/ ATF/AIRCRAFT, SOF (AC-130H, AC-130J, AC-130U, EC-130E, EC-130H, HC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 12 units of a structural bracket (NSN: 1560-017183766) for various aircraft models, including the AC-130H, AC-130J, AC-130U, EC-130E, EC-130H, and HC. This procurement is classified as a firm fixed-price contract and is set aside for Historically Underutilized Business (HUBZone) concerns, emphasizing the importance of supporting small businesses in the defense sector. The delivery of the production units is required within 572 days, with the solicitation expected to be issued around August 26, 2024, and available via the DLA Internet Bid Board System (DIBBS). Interested parties can reach out to Leslea Newlon at 804-279-2732 or via email at Leslea.Newlon@dla.mil for further inquiries.
    FY23-27 AEGIS Weapon System (AWS) MK99 Fire Control System (FCS) Production
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a federal contract for the production of Fire Control System (FCS) MK 99 equipment sets, primarily to Raytheon Missiles and Defense (RMD). This contract will consist of a base year and up to four option periods, supporting the DDG 51 Class Shipbuilding Program and Foreign Military Sales to allied Navies, along with necessary engineering and technical support. The FCS MK 99 is critical for naval operations, and RMD is the only qualified source capable of meeting the production and technical support requirements within the specified timeline. Interested parties may express their interest and capability within 15 days of this notice, but this is not a request for competitive proposals; all submissions will be at the submitter's expense. For further inquiries, contact Kathleen Dwyer at kathleen.t.dwyer.civ@us.navy.mil or Robert Larkin at robert.j.larkin@navy.mil.